Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
2021-08-31 Meeting Agenda
Engineering Services Committee Meeting Commission Chamber- 8/31/2021- 1:20 PM ENGINEERING SERVICES 1.Mr. Robert Oliver regarding ongoing septic system issue in District 3. (Requested by Comm. Catherine McKnight)Attachments 2.Motion to increase the funding for approved RFQ #18-263: Task Order Program (2018) for Utilities Department (AUD) in the amount of $6,000,000.00. The terms for the Task Order Program18-263 was for one (1) year with the option to extend for 4 additional one year terms. The Task order will expire on 1/17/2024. Attachments 3.Approve a Master Services Agreement with Particle Industries for 750 devices and a 3-year contract period for IoT device deployment and management. Attachments 4.Approve award of Augusta Stormwater Facilities (ponds) Maintenance Contract to Augusta Lawn & Turf, LLC, Augusta Quality, LLC Larry McCord, LLC, and Pond Maintenance of Augusta. The Contract is for one year with renewal option of two additional years. Also, approve up to $650,000 to fund the proposed sweeping Services for Base Year 1. Award is contingent upon receipt of procurement documents, signed contracts and proper bonds. requested by AED. RFP 21-157. Attachments 5.Award Bid Item 20-238 for the Purchase of Three New Pumps for the Second Street Lift Station. Attachments 6.Approve request for Facility Construction Credits and discussion of the remaining 2-year Contract Extension with ORION / Metropolitan Waste. (Requested by Commissioner Brandon Garrett) Attachments 7.Approve funding for Professional Consultant Services Supplemental Agreement one (SA1) to SCS Engineers and Atlas in the amount of $399,909.00 and $54,000.00 respectively for Deans Bridge Road Solid Waste Facility Phase 2C Final Closure System and Cover Project Permit required Construction Quality Assurance & Certification Services, and Construction Phase Design Services to be funded through the Solid Waste Facility Fund 541044210 1232120 . Request by AED. RFP 20- 146. Attachments 8.Approve supplemental funding (SA1) for Phase 1- Parts 2 & 3 (Preliminary and Final Design) phases for Drainage Study, Stormwater System Assessment and Drainage Improvements Engineering Services Agreement to Cranston Engineering (Cranston) in the amount of $233,940.00 for National Hills Drainage Basin as requested by the AED. RFQ 19-148 (19ENG797). Attachments 9.Motion to approve the minutes of the Engineering Services Committee held on August 11, 2021.Attachments 10.Approve supplemental funding (SA1) for Preliminary Engineering, Survey, Database and Subsurface Utility Engineering (SUE) Phase (PE phase 1) of the Design Consultant Services Agreement to Kimley-Horn in the amount of $197,331.29 for the Monte Sano Ave. Improvements (Wrightsboro Rd. to Walton Way) Project as requested by AED. RFQ 19-247 (20ENG875). Attachments 11.Motion to approve Construction Services with Georgia Department of Transportation to include Augusta Utilities Department’s water valves and sanitary sewer manhole adjustments in the Georgia Department of Transportation contract, for GDOT Project PI M005972 Patching, Milling, and Topping 3.82 miles of State Route 28 (Washington Road) beginning from Calhoun Bridge and ending at CSX Railroad. Attachments 12.Motion to approve Construction Services with Georgia Department of Transportation to include Augusta Utilities Department’s water valves and sanitary sewer manhole adjustments in the Georgia Department of Transportation contract, for GDOT Project PI M005974 Patching, Milling, and Attachments Topping 0.66 miles of State Route 104 (Washington Road) beginning from Fury Ferry Intersection and ending at Pleasant Home Road. 13.Motion to approve recapture and reallocation of utilities related to GDOT-Augusta Contract Agreements Final Cost Summary for water main and sanitary sewer main work on various previously approved projects throughout Richmond County. Attachments 14.Consider Award of Supplementary Addition to Old Waynesboro Road Sidewalk and Landscaping & Drainage Improvements Bid 19-284 for the water service connections and water main tie-ins to J & B Construction in the amount of $280,355.55. Attachments 15.Discussion on sanitation vendor ORION Waste Solutions request for compensation/reimbursement of additional fees. Attachments 16.Receive as information. Road Condition Rating Technology Review and Augusta Paving Management Program update. Requested by Commissioner John Clarke and AED. Attachments 17.Receive update regarding Residential Development and Individual Lot Onsite Drainage Management. Requested by AED. Attachments 18.Receive update regarding Speed Hump Funding and Approve Revised Speed Hump Policy. Requested by AED. Attachments 19.Consider approving the Easement Abandonment and Deed of Dedication for New Easements and the Maintenance Agreement for The Highland. Attachments 20.Receive update regarding Augusta, GA Tree Ordinance. Also Authorize Recommended Actions. Requested by AED. Attachments 21.Motion to approve a Memorandum of Understanding (MOU) with the Phinizy Center for Water Sciences to provide staff to support surface water quality monitoring and other scientific Attachments services required by State and Federal Permits and other activities as identified in the amount of $120,000. 22.Approve Supplement funding (SA1) for Final Engineering Phase of Design Consultant Contract to Atlas (former Moreland Altobelli) in the amount of $32,358.00 for Walton Way over Hawks Gully (Augusta Canal) Bridge (Repair and Restoration) as requested by AED. RFQ 19-243. Attachments 23.Approve supplemental funding (SA1) for Preliminary Engineering Initial Design Phase (PE phase1) of the Design Consultant Services Agreement to Pond & Company in the amount of $347,668.00 for the Walton Way (Lake Forrest Dr. to Milledge Rd.) Safety and Operational Improvements Project as requested by the AED. RFQ 19-244 (20ENG837) Attachments 24.Approve entering into an agreement with Norfolk Southern Railway Company (NFS) stating that Atlanta, GA will pay for the preliminary Engineering and Review for the Willis Foreman Roadway Improvements (Deans Bridge Road to Peach Orchard Road) Project in Accordance with the estimate $36,500. Also, approve the agreement to be executed by the Augusta, GA Legal Counsel and the Mayor as requested by Augusta Engineering Department. Requested by AED. Attachments www.augustaga.gov Engineering Services Committee Meeting 8/31/2021 1:20 PM Robert Oliver septic system issue Department: Presenter:Mr. Robert Oliver Caption:Mr. Robert Oliver regarding ongoing septic system issue in District 3. (Requested by Comm. Catherine McKnight) Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Cover Memo Item # 1 Attachment number 1 \nPage 1 of 1 Item # 1 Engineering Services Committee Meeting 8/31/2021 1:20 PM Approve additional funding for RFQ #18-263: Task Order Program (2018) for Utilities Department in the amount of $6,000,000.00 for execution by qualified and selected contractors. Department:Utilities Presenter:Wes Byne Caption:Motion to increase the funding for approved RFQ #18-263: Task Order Program (2018) for Utilities Department (AUD) in the amount of $6,000,000.00. The terms for the Task Order Program18-263 was for one (1) year with the option to extend for 4 additional one year terms. The Task order will expire on 1/17/2024. Background:The previously approved Task Order Program allows several responsive contractors, prequalified by RFQ, to provide installation, maintenance, and/or repairs to the water and sewer infrastructure within Augusta-Richmond County and Fort Gordon. The originally funded amount and a subsequent change orders issued earlier have been depleted. The Utilities Department is requesting a Task Order Program increase in the amount of $6,000,000.00 to keep up with the repair & replacement issues of decaying infrastructure throughout Augusta-Richmond County. The contractor will provide all tools, labor, material, and equipment to perform and complete all task order assignments as set forth in RFQ #18-263 Task Order Program (2018) for Utilities Department. Analysis:AUD has evaluated the current and active Task Order Program and determined that a funding increase to the Task Order Program is needed to continue use. Financial Impact:The funding increase requested for this program is $6,000,000.00. These funds are available from account 507043490-5425410 / 88886666-5425410. Alternatives:Rejection of this RFQ funding increase would delay the Utilities Department ability to expedite the repair and replacement of failed, aging water and sewer infrastructure. Cover Memo Item # 2 Recommendation:Recommend Commission approve the Task Order funding increase request to RFQ 18-263; Task order Program (2018) for Utilities Department in the amount of $6,000,000.00 Funds are Available in the Following Accounts: Funding of $6,000,000.00 is available from account 507043490- 5425410 / 88886666-5425410 REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Item # 2 Attachment number 1 \nPage 1 of 1 Item # 2 Attachment number 2 \nPage 1 of 1 Item # 2 November 17, 2020 Mr. Allen Saxon Utilities Interim Director 452 Walker Street Augusta, GA 30901 Dear Allen: Office of the Administrator Odie Donald II, Administrator Jarvis R. Sims, Deputy Administrator Tony McDonald, Deputy Administrator Ste. 910 -Municipal Building 535 Telfair Street -Augusta, GA.30901 (706) 821-2400 -Fax (706) 821-2819 At the regular meeting held Tuesday, November 17, 2020, the Augusta, Georgia Commission took action on the following: 34. Approved a motion to increase funding for approved RFQ #18-263: Task Order Program (2018) for Utilities Department (AUD) in the amount of $6,000,000.00. 35. Approved award of Bid Item #20-240 to Gearig Civil Works, LLC to construct the Fort Gordon Cyber CoE Campus Utilities Project DI (MCA-1) under the Task Order Program RFQ #18-263 in the amount of $1,677,089.41. 45. Approved awarding contract to Cranston Engineering Group, PC for RFP Item #20-260 NPDES Storm Water Monitoring and Inspections in the amount of$122,800.00. If you have any questions, let me know. Attachment number 3 \nPage 1 of 1 Item # 2 Attachment number 4 \nPage 1 of 1 Item # 2 Engineering Services Committee Meeting 8/31/2021 1:20 PM Approve Master Services Agreement with Particle Industries for IoT Services Department:Utilities Presenter:Wes Byne Caption:Approve a Master Services Agreement with Particle Industries for 750 devices and a 3-year contract period for IoT device deployment and management. Background:AUD and AED have co-developed a datalogging platform for monitoring rainfall, water levels in creeks, water pressure in piping systems, and water levels in sanitary sewer. The latest revision utilizes the Particle platform, which allows for remote deployment of updates to the system, along with real-time monitoring. This system is easily extendable to other city departments. Analysis:This has been an on-going project since late 2014, and allows near real-time measurement of rainfall, runoff, water pressure, and water. This is the first step in a watershed-wide management of water resources in Augusta. Financial Impact:Funding in the amount of $131,721.00 is available from accounts: G/L 506043110-5223110 Alternatives:No alternatives are currently recommended. Recommendation:AUD recommends that this MSA be approved. Funds are Available in the Following Accounts: Funding are available in the following accounts: G/L 506043110-5223110 REVIEWED AND APPROVED BY: Cover Memo Item # 3 Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Item # 3 Enterprise Master Services Agreement This Enterprise Master Services Agreement (this “Agreement”)is entered into as of ___________(the "Effective Date") between Particle Industries, Inc.,a Delaware corporation, having its principal place of business at 126 Post Street, Floor 4, San Francisco,California 94108 ("Particle") and “___________”,a [type of entity and jurisdiction], having its principal place of business at “Customer Address” ("Customer"). Background Particle provides an integrated Internet-of-Things (“IoT”)solution, enabling businesses to quickly build, connect and manage their internet-enabled products.Particle’s offering (the "Particle IoT Solution") consists of one or more of the following: ●A proprietary cloud-based infrastructure and device integration system, including fleet management, data routing, and over-the-air software updates (the “Particle Platform”) ●Hardware products that are sold by Particle and have been provisioned to access the Particle Platform (each, a “Device”)using Particle's proprietary system firmware (the "Particle Firmware") ●Access to third party cellular service, where applicable ("Cellular Service") ●Enterprise-level technical support packages (“Support”) ●Professional solution development through the Particle Studios team, including implementation and training services, when purchased (“Professional Services”) Pricing of the Particle Platform is based on the pricing tier (“Pricing Tier”) into which Customer’s usage falls based on the following metrics: ●“Metered Devices”,which are Devices that are claimed by the Customer and (a) within the first six months after the Date of Shipment, have connected to the Particle Platform at least once and, for cellular and asset tracker Devices, have activated SIMs; and (b) after the first six months after the Date of Shipment, have connected to the Particle Platform at least once and, for cellular and asset tracker Devices, have activated SIMs. ●“Data Operations”, which are actions executed on the Customer payload. Such actions, as well as actions that are not considered to be Data Operations are described at www.part.cl/pricing, as such information may be updated from time to time to reflect the addition of new features and functionality. ●“Annual Cellular Service Allowance”,which is the annual allowance of cellular data transmissions through the Cellular Service available at the applicable Pricing Tier. Customer wishes to purchase Particle products and services in connection with Customer’s launch of certain IoT products, and Particle wishes to provide such products and services to Customer, all subject to the terms and conditions of this Agreement. The parties agree as follows: 1. Agreement Structure 1.1 Master Agreement.This Agreement is structured as a master agreement, providing the general terms and conditions for each order of products and services from Particle. Customer may order Devices 1 Attachment number 1 \nPage 1 of 23 Item # 3 and a subscription to the Particle Platform (which includes Support pursuant to signed commercial terms (each, a "Order Form"). Customer may order Professional Services pursuant to signed statements of work (each, a "SOW"). Each Order Form and SOW are governed by this Agreement. In the event of a conflict between the terms of this Agreement and an Order Form or SOW, the applicable Order Form or SOW will control. 1.2 Financial Structure and Commitments.Each Order Form describes minimum purchase commitments over a specified number of one-year periods,which, unless otherwise set forth in the Order Form, shall begin on the Order Form Effective Date (as set forth on the Order Form), or an anniversary of the Order Form Effective Date, and end exactly one year after such Order Form Effective Date, or anniversary of such Order Form Effective Date (each, a "Contract Year"). The Order Form sets forth the aggregate minimum amount to be spent on purchases of Devices each Contract Year (the “Minimum Device Spend”) and the applicable price per Device. For each Contract Year, Customer will purchase a total number of Devices that equals or exceeds the Minimum Device Spend for that Contract Year when priced at the applicable price per Device set forth in the Order Form. The Order Form also provides the Pricing Tier initially selected by the Customer for its subscription to the Particle Platform, and the maximum Metered Devices, Data Operations and Annual Cellular Service Allowance associated with that Pricing Tier. As provided in Section 3.4,Customer may be migrated to one or more higher Pricing Tiers during the applicable Subscription Term,which will affect the Platform Subscription Fee during that Contract Year and the Platform Subscription Fee in any subsequent Contract Year. 1.3 Annual Purchase Order.On or about each Order Form Effective Date and thereafter at least 30 days prior to the first day of each Contract Year, Customer will place an “Annual Purchase Order” for: (a) a number of Devices that equals or exceeds its Minimum Device Spend for that Contract Year, together with “Estimated Shipment Dates”for those Devices;and (b) an annual subscription to the Particle Platform (as described in Section 3.1) at the Pricing Tier it has selected or to which it has been migrated in accordance with Section 3.4 (the “Platform Subscription Fee”). The subscription to the Particle Platform includes the provision of Support. After the first Contract Year, the Platform Subscription Fee will be invoiced prior to the commencement of each Contract Year, such that the Platform Subscription Fee is due and payable by the commencement of the Contract Year. Amounts due for Devices will be invoiced as provided in Section 2.1(c). 1.4 Customer Affiliates.Customer’s Affiliates may order products and services under this Agreement pursuant to an Order Form or SOW signed by a representative of the Affiliate and Particle. Each such Order Form and SOW are governed by this Agreement,as if the applicable Affiliate had executed this Agreement on its own behalf. Customer and the applicable Affiliate will be jointly and severally liable for any of Affiliate’s responsibilities, acts or omissions under each Order Form or SOW entered into by the Affiliate."Affiliate"means a party that controls,is controlled by or is under common control with a party to this Agreement. 2. Particle IoT Solution – Devices 2.1 Device Purchase (a) Forecasts.In conjunction with the execution of this Agreement and monthly thereafter, Customer will provide Particle with a non-binding twelve-month rolling forecast of its expected Device shipment requirements. (b) Rescheduling.Customer may request rescheduling any delivery of Devices from the Estimated Shipment Date provided in the Annual Purchase Order upon written notice to Particle, if the request for 2 Attachment number 1 \nPage 2 of 23 Item # 3 rescheduling is received more than 16 weeks prior to the Estimated Shipment Date. If the request for rescheduling is received within 16 weeks prior to the Estimated Shipment Date, (i) such notice must be received by Particle at least 30 days prior to the Estimated Shipment Date and (ii) the new requested ship date must be no later than 30 days after the Estimated Shipment Date. In the event of any rescheduling under this subsection, Particle may charge a reasonable storage fee for the Devices and may invoice Customer on the Estimated Shipment Date for all fees payable with respect to the Devices. Particle may, at its sole discretion, decline to reschedule any shipment of Devices and no request for rescheduling shall be granted for a Date of Shipment (as defined below) that is not within the current Contract Year. (c) Shipment and Acceptance.Particle will use commercially reasonable efforts to manufacture and ship the Devices in accordance with the Estimated Shipment Dates set forth in the Annual Purchase Order, as may be amended to accommodate rescheduling under Section 2.1(b). Partial shipment is allowed. Delivery of Devices or other products and materials, such as accessories, and transfer of title and risk of loss, shall be under the Ex Works (EXW,Incoterms 2020 Edition) Origin from Particle’s applicable warehouse or place of production, unless otherwise mutually agreed in writing. Particle will deliver the Devices cleared for export to Customer’s logistics carrier, and this date will be considered the “Date of Shipment”. Invoices will be sent on the Date of Shipment. Customer or its Contract Manufacturer, as defined below, will inspect each delivery of Devices for conformity with the Hardware Documentation (as defined below) within ten days of its receipt of the shipment and may reject any delivery (or portion thereof) of non-conforming Devices.If Customer or its Contract Manufacturer does not reject the delivery within the ten-day period,Customer will be deemed to have accepted the delivered Devices in full. (d) Contract Manufacturers.From time to time, Customer may inform Particle in writing of one or more third parties with which Customer has an active contract for such party to provide Customer with manufacturing, packaging, storage, or distribution services (“Contract Manufacturers”) and that such Contract Manufacturer is authorized to issue purchase orders to Particle under the terms of this Agreement solely for purposes of acquiring Devices to be incorporated, integrated or otherwise used with Customer’s products. Particle may, at its sole discretion and at any time, decline to accept purchase orders placed by a Contract Manufacturer,even if it previously accepted such purchase orders. Customer shall be solely and fully responsible for informing Contract Manufacturer of all applicable terms, conditions, and procedures under this Agreement. Customer shall guaranty the performance of its Contract Manufacturers and, if a Contract Manufacturer breaches any terms, conditions, or procedures of this Agreement, including the failure to timely make payment, Particle may hold Customer liable for such breach and seek appropriate remedies directly from Customer. 2.2 Device Defects (a) Warranty.Particle warrants that each Device sold to Customer under this Agreement and which is then offered as a “generally available” product will be free and clear of all liens and encumbrances and will be manufactured, delivered and offered in accordance with all applicable laws, rules and regulations (collectively,"Applicable Laws") in the United States.Particle further warrants that for a period of twelve months from Date of Shipment of each Device ("Warranty Period"), such Device will operate substantially in accordance with the functional hardware specifications set forth in the applicable data sheets made available by Particle at the time of purchase,as well as any additional hardware specifications agreed to in writing by Particle (collectively,the "Hardware Documentation"). In the event a Device fails to operate substantially in accordance with the Hardware Documentation during the Warranty Period, the Device shall be deemed to have a “Defect”and the Customer shall be entitled to pursue its remedies under this Section 2.2. 3 Attachment number 1 \nPage 3 of 23 Item # 3 (b) Process.Customer may return any Device that has a Defect; provided (i) the Device is shipped to Particle within thirty days of the discovery of the Defect; (ii) the Device is received by Particle not later than thirty days after the end of the Warranty Period;and (iii) Customer follows Particle's then-current return material authorization (“RMA”)process. Subject to the terms of this Section 2.2, Particle will pay all costs associated with the shipment of the applicable Device to and from Particle. Each replacement Device will be warranted by Particle as described in subsection 2.2 (a) above for the remainder of the Warranty Period. Customer will be solely responsible for any costs and labor in connection with removal and reinstallation of any Device. (c) Exclusions.A Device shall not have a Defect if the Device fails to operate substantially in accordance with the Hardware Documentation due to one of the following causes (each an “Exclusion”): (i) the use by Particle of components provided by or on behalf of Customer; (ii) modification or alteration of the Device by any party other than Particle (or a party acting in accordance with Particle's instructions);(iii) physical or other damage to the Device occurring after delivery of the Device to the logistics carrier, including damage in transit and normal wear and tear;(iv) problems resulting from the implementation, integration or testing of the Device, including the failure of Customer (or those authorized by Customer, including a Contract Manufacturer) to implement, integrate or test the Device in accordance with any applicable instructions; (v) failure to use the Device in accordance with the Hardware Documentation, including any recommended ratings or parameters; (vi)use of the Device with hardware that is electrically or mechanically incompatible with the Device; (vii) problems caused by signal reception issues (other than those directly caused by the Defect itself); or (viii) Devices that have had their serial number altered or removed. In the event Particle determines a Device does not have a Defect, Particle will be entitled to charge Customer reasonable fees in connection with Particle's investigation and determination, as well as reimbursement of any reasonable costs (including shipping costs) related to Particle's activities under this Section 2.2. (d) Other Clarifications.No warranty is provided under this Section 2.2 with respect to any development kit or prototype or pre-production Device provided to Customer, which are provided to Customer solely on an “AS IS” basis, without warranty.Additionally, Particle does not warrant any accessories purchased from Particle by Customer (e.g.,batteries and antennas). Particle will pass through any warranties received by Particle from the manufacturer of such accessories, to the extent provided and where available to be passed through.The Warranty does not apply to the Particle Firmware or any other firmware added to the Device by Particle (collectively, the "Firmware"), subject to Particle's obligations under Section 2.3 (Firmware)below. 2.3 Firmware (a) Firmware License.Subject to the terms and conditions of this Agreement, Particle hereby grants to Customer a perpetual, worldwide, non-exclusive, royalty-free right to use, distribute (and have distributed) and sublicense the Firmware solely as incorporated into a Device sold by Particle hereunder. (b) Firmware Failure.In the event of any failure by the Firmware to operate substantially in accordance with the firmware specifications made available by Particle at the time of purchase of the applicable Device (each, a "Firmware Failure"), Particle will provide support services as further described in Section 4.1 (“Support”) below. Customer will cooperate in the implementation of any software update made available by Particle to correct any Firmware Failure. Particle will not be responsible for any Firmware Failure resulting from the occurrence of any of the Exclusions described in Section 2.2(c)above or any modification of the Firmware by any party other than Particle (or a party acting in accordance with Particle's instructions). 4 Attachment number 1 \nPage 4 of 23 Item # 3 2.4 End of Year Reconciliation If a Customer orders Devices that are valued in excess of the Minimum Device Spend during a Contract Year the number of excess Devices may be used to reduce the Minimum Device Spend in the subsequent Contract Year, provided the amounts due for such Devices are timely paid. 5 Attachment number 1 \nPage 5 of 23 Item # 3 3. Particle IoT Solution - Particle Platform 3.1 Subscription Term. Particle hereby grants to Customer a non-exclusive, non-transferable (except as set forth in Section 13.3) right to access the Particle Platform in connection with its use of Devices as part of the Particle IoT solution during the Subscription Term, in each case subject to payment of the applicable Platform Subscription Fee and its compliance with any usage metrics and limitations set forth in the Order Form and any restrictions set forth in this Agreement, including as provided in Section 6. The “Subscription Term” is the period of time which the Customer has contracted to access the Particle Platform. The Subscription Term shall begin on the commencement of the first Contract Year specified in an executed Order Form and, unless earlier terminated in accordance with Section 12, will continue for the length of time specified in the Order Form. 3.2 Provision of Service.Particle will provide Customer with access to the Particle Platform, including certain tools, availability of licenses to its application programming interfaces ("APIs") and software development kits, access codes, connectivity standards,protocols and relevant procedures (collectively, the "Particle Platform Guides") to allow Customer to access and use the Particle Platform as described in this Agreement. The Particle Platform Guides also include certain terms relating to the Cellular Services made available by the applicable broadband and telecommunications providers ("Cellular Terms"). Customer will integrate with and use the Particle Platform in accordance with the Particle Platform Guides, as updated by Particle and its third-party service providers from time to time. Particle may take reasonable actions to limit the impact of any failure by Customer to comply with the Particle Platform Guides. Particle will not be responsible for any delay, limitations or Particle Platform performance issues resulting from Customer’s failure to comply with the Particle Platform Guides. 3.3 Data.As between the parties, Customer owns the data and any other content transmitted and processed through Customer’s account on the Particle Platform (the "Customer Data"). Particle will process the Customer Data only as described in this Agreement and as necessary to provide the Particle Platform, and will maintain appropriate administrative,technical and physical security measures to protect Customer Data against unauthorized access,disclosure and loss. Customer is solely responsible for creating backup copies of any Customer Data at its sole expense. Notwithstanding any provision in this Agreement to the contrary, Customer agrees that Particle may use Service Data in connection with the development, maintenance, improvement and provision of any of Particle’s service offerings. "Service Data"means any non-personal operational data derived by or on behalf of Particle based on the use of the Devices and Particle Platform under Customer's account. 3.4 Excess Use.In the event Customer exceeds any of the maximum Data Operations, Metered Devices or Annual Cellular Service Allowance (each a “Tier Maximum”), with respect to its current Pricing Tier (the “Current Pricing Tier”) during the Contract Year,Customer will be automatically migrated to a higher Pricing Tier for its subscription to the Particle Platform (consistent with its usage). Any migration to a new Pricing Tier will commence on the first full month after a Tier Maximum is exceeded and will continue for the remaining Contract Year or until a Tier Maximum is exceeded with respect to the new Pricing Tier,in which event Customer will again be migrated to a higher Pricing Tier. In the event of any migration to a new Pricing Tier, Customer will be invoiced for the difference in the Platform Subscription Fee for the new Pricing Tier compared to the Platform Subscription Fee for the Current Pricing Tier. The Platform Subscription Fee for the new Pricing Tier is calculated using the same discount percentage as the Current Pricing Tier, and will be pro-rated by the remaining whole months through the end of the Contract Year. After any migration, Customer will be entitled to the maximum Metered Devices applicable to the new Pricing Tier and to a prorated portion of the Data Operations and the Annual Cellular Service Allowance for the new Pricing Tier (in each case prorated for the remaining months in the Contract Year). At the commencement of each Contract Year after the first Contract Year, Customer will 6 Attachment number 1 \nPage 6 of 23 Item # 3 be assigned to the Pricing Tier effective at the end of the preceding Contract Year, subject to further migration as provided in this Section 3.4. During the Subscription Term (inclusive of all Contract Years on the Order Form), Customer may not move its subscription to the Particle Platform to a lower Pricing Tier, irrespective of its usage of Data Operations, Metered Devices or Cellular Service. The migration to the New Pricing Tier shall not affect the Subscription Term. 4. Particle IoT Solution – Support and Professional Services 4.1 Support.Subject to Customer’s payment of the Platform Subscription Fee for its Pricing Tier, Particle will provide Support to Customer in accordance with the Support Terms included with the applicable Order Form. 4.2 Professional Services (a) SOWs.As agreed by the parties, Particle will perform certain Professional Services, such as integration, consulting and training, in accordance with the terms and conditions of the applicable SOW. Each SOW will include a description of the services and each deliverable (each, a "Deliverable") to be provided by Particle, along with the related schedule,applicable fees and any additional terms agreed to by the parties. (b) Services Warranty.Particle will perform all Professional Services in a professional and workmanlike manner, consistent with industry standards. In the event Particle does not perform any Professional Services in a manner consistent with this Section 4.2(b), Customer will notify Particle within fifteen days of such failure in performance. Promptly after receipt of Customer's notice, Particle will make commercially reasonable efforts to re-perform the applicable Professional Service at no additional cost to Customer. 5. Payment 5.1 General.Unless otherwise set forth in an applicable Order Form, all amounts due hereunder will be payable net thirty (30) days from the applicable invoice date. Customer is responsible for payment of any local, state, federal, or foreign taxes, levies or duties of any nature due on the amounts paid by Customer hereunder, excluding taxes based on Particle’s net income. Except as expressly provided in this Agreement, all commitments under this Agreement are non-cancellable and all fees are non-refundable. 5.2 Disputed Invoices.Customer will notify Particle in writing within fifteen (15) days of receipt of an invoice if Customer disputes any portion of the amount due, and shall provide a description of the basis for Customer’s dispute. If only part of an invoice is disputed, then Customer will pay the undisputed amount as provided in this Agreement. The parties will work together in good faith to resolve any such dispute promptly. 5.3 Late Payment.If any undisputed amount due to Particle is not paid within five days of the due date of the invoice, then, until such amounts are paid in full, Particle may: (a) charge interest on any unpaid amount at the rate of the lesser of 1% per month,and the maximum rate permitted by law, from the date such payment was due until the date paid; and (b)subject to the provision of five (5) business days’ notice to Customer, suspend the provision of any service provided hereunder, including Cellular Service, shipments of Devices, access to the Particle Platform,Support and/or Professional Services. In the event Particle is required to pursue legal action or collection of any fees payable hereunder, Customer will pay the costs and fees associated with such action or collection. 7 Attachment number 1 \nPage 7 of 23 Item # 3 5.4 Deposit.As a condition of its performance, Particle may require a deposit, prepayment or similar surety (each, a "Surety") included in any agreed-to Order Form or SOW. In addition, even if an Order Form or SOW does not include a Surety when executed,Particle may impose a Surety for future purchases if Customer has failed to pay any undisputed invoice in accordance with the applicable payment terms. 6. Restrictions 6.1 Legal Compliance.Customer will comply with all Applicable Laws in any territory in which it offers, sells distributes or otherwise provides use of any product that incorporates any Devices or accesses the Particle Platform in connection with its activities hereunder and the provision of its products and services that relate to this Agreement. Customer will collect,process and store data in accordance with the terms of its privacy policy. Customer will ensure that its privacy policy is readily accessible to users and provides accurate disclosures concerning Customer’s data practices. Customer will not permit any other party to use the Particle Platform to harvest, collect,gather or assemble information or data regarding other Particle subscribers without their consent.Customer is solely responsible for obtaining any consents or registrations required in connection with the activities described in this Agreement, and for verifying that its use of the Devices and Particle Platform is in compliance with Applicable Laws in any territory in which it offers, sells distributes or otherwise provides use of any product that incorporates any Devices or accesses the Particle Platform. Customer is solely responsible for the performance of its obligations under any end-user, reseller or other third-party agreements relating to the offering, sale, distribution and use of any product that incorporates any Devices or accesses the Particle Platform. 6.2 Access to Service.Customer will make the Particle Platform available only to those Affiliates, employees, contractors and agents who have a legitimate reason to access and use the Particle Platform solely in connection with Customer’s activities under this Agreement. Customer will not interfere with the integrity or performance of the Particle Platform,including circumvention of any access or use restrictions or use of the Particle Platform through connection by any device or hardware other than those Devices made available to Customer by Particle.Customer will respond immediately to any reasonable request by Particle in the event of any actual or anticipated interference with the Particle Platform by Customer, its products or services or its users. Customer will be solely responsible for all use of the Particle Platform under its account, including all acts and omissions of its users and the users of Devices deployed by Customer. Customer will notify Particle immediately if Customer becomes aware of any unauthorized use or other compromise of Customer’s account. 6.3 Additional Use Restrictions.Customer will not resell or otherwise distribute any standalone Devices. Customer will not distribute, resell, lease,license or otherwise provide access to the Particle Platform to third parties. Customer will not reverse engineer, disassemble or decompile any component of the Devices or Particle Platform. Customer will not use or permit others to use the Particle Platform in connection with any of the following unauthorized applications: life support applications, devices or systems; the operation of nuclear facilities; aircraft navigation systems; aircraft communication systems; air traffic control; direct life support machines;weapons systems; military or space equipment requiring radiation hardened components; enhanced 911 or E911 emergency calling system; commission of intentional physical harm to persons or animals (whether or not fatal); non-consensual surveillance; facilitation of incarceration or criminal investigation;transport of weapons of any type; facilitation of sales or distribution of DEA Schedule 1 substances or substances known to cause harm without known benefits; or uses that are criminal or otherwise unlawful. 8 Attachment number 1 \nPage 8 of 23 Item # 3 7. Intellectual Property 7.1 Ownership Generally.Subject to the terms and conditions of this Agreement, as between the parties: (a) Customer owns the Customer Data and Customer’s products and services, generally, along with any related Intellectual Property Rights; (b)Particle owns the Particle Platform and Device Firmware, including all underlying and embedded software along with any related Intellectual Property Rights (including Intellectual Property Rights in the Devices,Hardware Documentation and Particle Platform Guides)."Intellectual Property Rights"means all of the following rights, whether existing now or in the future, and in any jurisdiction throughout the world:patents; copyrights; trademarks, service marks and all other similar rights; trade secrets and know-how;mask work rights; and any other similar proprietary or intellectual property rights; and all related registrations and applications. 7.2 Product Input.Notwithstanding any provision in this Agreement to the contrary, Particle may use, develop and implement any information, suggestions or other input provided by Customer or any of its users with respect to the Particle IoT Solution (collectively,"Input") in connection with the development, operation, marketing and sale of the Particle IoT Solution, or any component thereof, in its discretion and with no compensation to any person providing Input. 8. Confidentiality 8.1 Definitions."Confidential Information"means information provided to the receiving party ("Receiving Party") that is designated by the disclosing party ("Disclosing Party") as "confidential" or "proprietary” or that a reasonable person would understand to be confidential given the nature of the information and the circumstances of the disclosure.“Confidential Information” does not include information that: (a) is or becomes generally known to the public through no fault of the Receiving Party; (b) is in the Receiving Party’s possession prior to receipt from the Disclosing Party; (c) is acquired by the Receiving Party from a third party without breach of a confidentiality obligation by that third party;or (d) is independently developed by Receiving Party without reference to the Disclosing Party’s Confidential Information. Subject to the terms of this Section,Customer’s Confidential Information includes the Customer Data and Particle’s Confidential Information includes the Particle Platform Guides and Hardware Documentation. 8.2 Confidentiality Obligations.Receiving Party will use Confidential Information solely as contemplated by this Agreement and will disclose such information on a need to know basis only to its employees, agents, vendors and contractors who are bound by obligations of confidentiality at least as strict as those contained in this Section. Receiving Party will use the same level of care to protect Disclosing Party’s Confidential Information as it uses to protect its own Confidential Information,but no less than reasonable care, and to prevent unauthorized disclosure of Confidential Information. Confidential Information is and will remain the exclusive property of the Disclosing Party. Subject to the terms and conditions of this Agreement, Receiving Party will, upon written request, destroy all copies of the Disclosing Party’s Confidential Information that are in its possession or control. 8.3 Mandated Disclosures.Except as provided in this Section 8, in the event that Receiving Party is required by law to make any disclosure of any of the Confidential Information of Disclosing Party, by subpoena, judicial or administrative order or otherwise,to the extent legally permitted and reasonably possible, Receiving Party will first give written notice of such requirement to Disclosing Party to allow Disclosing Party to protect its interests in the Confidential Information. In such cases, Receiving Party will provide full cooperation and assistance to Disclosing Party in seeking to obtain such protection, at Disclosing Party’s expense. Notwithstanding the foregoing,Particle may use Customer Data solely as 9 Attachment number 1 \nPage 9 of 23 Item # 3 required to comply with any service certification, export or other legal requirements, without providing prior written notice to Customer. 9. DISCLAIMER OF WARRANTIES ANY LIMITED WARRANTY SET FORTH IN THIS AGREEMENT IS MADE FOR THE BENEFIT OF CUSTOMER ONLY. EXCEPT AS EXPRESSLY PROVIDED IN THIS AGREEMENT, ANY PRODUCTS, SERVICES, DELIVERABLES OR DOCUMENTATION PROVIDED TO CUSTOMER IN CONNECTION WITH THIS AGREEMENT ARE PROVIDED “AS IS” AND “AS AVAILABLE”AND, TO THE FULLEST EXTENT ALLOWED BY APPLICABLE LAW, PARTICLE, ITS AFFILIATES AND SUPPLIERS HEREBY DISCLAIM ALL WARRANTIES, REPRESENTATIONS, OR CONDITIONS, WHETHER WRITTEN, ORAL, EXPRESS, IMPLIED, STATUTORY OR BASED ON COURSE OF DEALING OR TRADE USAGE OR PRACTICE, INCLUDING WITHOUT LIMITATION, WARRANTIES OF SATISFACTORY QUALITY, MERCHANTABILITY, TITLE, NONINFRINGEMENT, OR FITNESS FOR A PARTICULAR PURPOSE. PARTICLE DOES NOT WARRANT THAT ERRORS CAN OR WILL BE CORRECTED, OR THAT OPERATION OF THE PRODUCTS, SERVICES, CELLULAR SERVICE,THE PARTICLE PLATFORM, THE PARTICLE FIRMAWARE AND DEVICES WILL BE UNINTERRUPTED, SECURE,OR ERROR-FREE. 10. Indemnification 10.1 By Particle.Particle will defend Customer, its officers, directors, employees and consultants from and against any third party claim, suit, proceeding or regulatory action (each, a "Claim"): (a) alleging that the Particle Platform, Device or any Particle Firmware infringes any copyright, trade secret, trade or service mark or United States patent; (b) alleging acts or omissions that would constitute a violation by Particle of any Applicable Law in the United States;or (c) resulting from personal injury or physical property damage to the extent negligently caused by Particle’s employees or representatives. Particle may, at its expense and in its sole discretion, attempt to resolve a Claim described in subsection (a) by: (i) modifying any applicable property (the "Indemnified Asset") to avoid the alleged infringement; (ii) obtaining a license to permit Customer’s use of the Indemnified Asset as contemplated by this Agreement; or, if the remedies in (i) and (ii) are not reasonably available, in Particle’s sole discretion, terminating the applicable Order Form and refunding any pre-payments made by Customer for such Indemnified Asset. Customer will cooperate fully with Particle in the implementation of any above-described resolution. Particle will have no liability in connection with any Claim to the extent it is based on the compliance with Customer’s specifications or requirements, the combination of any Indemnified Asset or any component of the Particle IoT Solution with any other products, data or business processes not provided by Particle (including its use with Customer Data), or any use of the Particle IoT Solution, or any component thereof, in breach of the terms of this Agreement or the Order Form, including Section 6 of this Agreement. 10.2 By Customer.Customer will defend, indemnify and hold Particle, its officers, directors, employees and consultants harmless against any Claim: (a) subject to Section 10.1(a) above, alleging that Customer’s products or services (or any Customer Data)infringes any copyright, trade secret, trade or service mark or United States patent; (b) alleging acts or omissions that would constitute a violation by Customer of Applicable Law in any territory in which it offers, sells distributes or otherwise provides use of any product that incorporates any Devices or accesses the Particle Platform; (c) alleging acts or omissions that would constitute a breach by Customer of the terms of Section 6 (Restrictions); or (d) resulting from personal injury or property or any other damage caused by Customer's products and services. 10 Attachment number 1 \nPage 10 of 23 Item # 3 10.3 Conditions.As a condition of the obligations set forth in this Section, a party entitled to indemnification under this Agreement (the "Indemnified Party") will: (a) provide prompt written notice of the applicable Claim to the other party (the "Indemnifying Party"); (b) provide the Indemnifying Party with sole control of the applicable defense and settlement;and (c) cooperate as reasonably requested by the Indemnifying Party, at the Indemnifying Party’s expense. If a settlement does not include a full release of the Claim against the Indemnified Party,the Indemnifying Party must obtain the prior written consent of the Indemnified Party, which will not unreasonably be withheld. 10.4 Entire Liability.This Section sets forth the Indemnifying Party’s entire liability to the Indemnified Party, and the Indemnified Party’s sole and exclusive remedy, with respect to the third-party suits and proceedings described in this Section. Each party agrees that any and all implied indemnification obligations that may apply to this Agreement are hereby excluded11. Limitation of Liability TO THE MAXIMUM EXTENT PERMITTED UNDER APPLICABLE LAW,NEITHER PARTY WILL BE LIABLE TO THE OTHER PARTY FOR ANY SPECIAL, INDIRECT, EXEMPLARY,PUNITIVE, INCIDENTAL OR CONSEQUENTIAL DAMAGES OF ANY NATURE INCLUDING, BUT NOT LIMITED TO, DAMAGES OR COSTS DUE TO LOSS OF PROFITS, DATA, REVENUE, GOODWILL,PRODUCTION OR USE, BUSINESS INTERRUPTION, PROCUREMENT OF SUBSTITUTE GOODS OR SERVICES,OR PERSONAL OR PROPERTY DAMAGE ARISING OUT OF OR IN CONNECTION WITH THIS AGREEMENT, REGARDLESS OF THE CAUSE OF ACTION OR THE THEORY OF LIABILITY,WHETHER IN TORT, CONTRACT, OR OTHERWISE, EVEN IF SUCH PARTY HAS BEEN NOTIFIED OF THE LIKELIHOOD OF SUCH DAMAGES. THE FOREGOING EXCLUSIONS WILL NOT APPLY TO ANY BREACH OF SECTION 6 (RESTRICTIONS), SECTION 8 (CONFIDENTIALITY) OR AMOUNTS PAYABLE TO A THIRD PARTY UNDER SECTION 10 (INDEMNIFICATION). THE MAXIMUM LIABILITY OF PARTICLE ARISING OUT OF OR IN ANY WAY CONNECTED TO THIS AGREEMENT WILL NOT EXCEED AN AMOUNT EQUAL TO THE FEES PAID BY CUSTOMER TO PARTICLE DURING THE TWELVE MONTHS PRECEDING THE ACT,OMISSION OR OCCURRENCE GIVING RISE TO SUCH LIABILITY. IN NO EVENT WILL PARTICLE’S SUPPLIERS HAVE ANY LIABILITY TO CUSTOMER ARISING OUT OF OR IN ANY WAY CONNECTED TO THIS AGREEMENT. THE LIMITATIONS OF LIABILITY SET FORTH IN THIS SECTION WILL SURVIVE AND CONTINUE IN FULL FORCE AND EFFECT DESPITE ANY FAILURE OF CONSIDERATION OR FAILURE OF THE ESSENTIAL PURPOSE OF A REMEDY, INCLUDING ANY EXCLUSIVE REMEDY. THE PARTIES ACKNOWLEDGE THAT PARTICLE’S PRICES HAVE BEEN DETERMINED AND THE AGREEMENT ENTERED INTO IN RELIANCE ON THESE LIMITATIONS OF LIABILITY AND THAT SUCH LIMITATIONS FORM AN ESSENTIAL BASIS OF THE BARGAIN BETWEEN THE PARTIES. NOTHING IN THIS AGREEMENT IS INTENDED TO LIMIT EITHER PARTY’S RIGHTS OR REMEDIES IN THE EVENT OF ANY MISAPPROPRIATION OR VIOLATION OF THE OTHER PARTY’S INTELLECTUAL PROPERTY RIGHTS. 12. Term and Termination 12.1 General.This Agreement will commence as of the Effective Date and will continue until all Order Forms and SOWs have expired or been terminated. Either party may terminate this Agreement if the other party materially breaches this Agreement and fails to cure the breach within forty-five days of written notification of the breach. In addition, either party may terminate this Agreement immediately on giving notice in writing to the other party if the other party files for bankruptcy; is the subject of any proceedings related to its liquidation, insolvency or the appointment of a receiver or similar officer for it, which proceedings are not dismissed within thirty (30) days; makes a general assignment for the benefit 11 Attachment number 1 \nPage 11 of 23 Item # 3 of all or substantially all of its creditors; or enters into an agreement for the cancellation, extension, or readjustment of substantially all of its obligations or indebtedness. 12.2 Suspension.Notwithstanding any provision herein to the contrary, in the event of any activity by Customer or any of its users that has (or in Particle’s reasonable assessment is likely to have) an adverse effect on the operation of the Particle Platform,Particle may temporarily suspend access by the affected Device to the Particle Platform, the Cellular Service or access to the Particle Platform as a whole, as applicable. In such event, Particle will notify Customer as soon as possible and will work with Customer in good faith to remedy the cause of the adverse effect.In addition, upon notice given to Customer, Particle may suspend access to the Particle Platform,pending potential termination for breach as provided in Section 12.1, in the event it has reason to suspect that Customer is violating the restrictions set forth in Section 6.3. 12.3 Effect of Termination.The provisions of this Section and the following Sections will survive any termination of this Agreement: Section 3.2 (Data),Section 5 (Payment), Section 6 (Restrictions), Section 7 (Intellectual Property), Section 8 (Confidentiality),Section 9 (Disclaimer of Warranty), Section 10 (Indemnification), Section 11 (Limitation of Liability)and Section 13 (General). 13. General 13.1 Non-Exclusivity.Notwithstanding any provision in this Agreement to the contrary, the parties acknowledge that this Agreement is non-exclusive and,subject to the confidentiality obligations provided in this Agreement: (a) Customer reserves the right to bid out any work, award contracts to any party other than Particle; and (b) Particle reserves the right to independently develop applications, content and other products and services on its own behalf and for others that may be similar to or competitive with Customer’s products and services. 13.2 Force Majeure.Any delay in the performance of any duties or obligations of either party will not be considered a breach of this Agreement if the delay is caused by a labor dispute, shortage of materials, fire, earthquake, flood, government action, unavailability of public utilities, disruption of the internet or cellular service, or any other event beyond the control of such party (each, a "Force Majeure Event"), provided that such party uses reasonable efforts,under the circumstances, to notify the other party of the cause of the delay and to resume performance as soon as possible. Notwithstanding the foregoing, Customer will not be relieved of its obligation to pay any fees due hereunder in the event of any failure of Customer’s equipment, applications or any related third party services engaged by Customer in connection with its implementation or operation of any product or service provided by Particle under this Agreement. 13.3 Assignment.Neither party may assign this Agreement in whole or in part without the prior written consent of the other party; provided that either party may assign this Agreement to a successor in interest in the event of a sale or merger of the applicable entity or a sale or transfer of substantially all of its assets to which this Agreement relates, with written notification to the non-assigning party and the assumption of the assigning party’s obligations by the assignee. Subject to the terms of this Section,this Agreement will be binding upon the parties hereto and any authorized assigns. Any purported assignment of this Agreement in breach of this Section 13.3 shall be null and void. 13.4 Governing Law.This Agreement and any action related thereto will be governed and interpreted by and under the laws of the State of California, without regard to conflicts of laws principles. The United Nations Convention on Contracts for the International Sale of Goods does not apply to this Agreement. 12 Attachment number 1 \nPage 12 of 23 Item # 3 13.5 Arbitration.Any dispute, claim or controversy arising out of or relating to this Agreement or the breach, termination, enforcement, interpretation or validity thereof, including the determination of the scope or applicability of this agreement to arbitrate,shall be determined by arbitration in San Francisco, CA before one arbitrator. The arbitration shall be administered by JAMS pursuant to its Comprehensive Arbitration Rules and Procedures. Judgment on the Award may be entered in any court having jurisdiction. This clause shall not preclude parties from seeking provisional remedies in aid of arbitration, including a temporary restraining order or preliminary injunction, from a court of appropriate jurisdiction. 13.6 Equitable Relief.Each party acknowledges that any breach or threatened breach of any obligations by such party under Section 8 and Customer acknowledges that any breach or threatened breach of any obligations by Customer under Section 6 would cause irreparable harm to such party for which money damages would not be an adequate remedy. Accordingly,each party agrees that, in addition to all other remedies available to other party in an action at law, in the event of any actual or threatened breach of Section 8 by such party, the other party will be entitled to equitable relief, including, but not limited to, specific performance and injunctive relief. 13.7 Notices.Any notices relating to this Agreement must be in writing and sent to the address of the other party set forth in the preamble to this Agreement or such other address previously provided by written notice. All notices must be sent by major commercial delivery courier service (e.g., Federal Express, DHL) or mailed in a manner that requires signature by the recipient. Copies of notices will also be emailed to Particle at legal@particle.io. 13.8 Entire Agreement.This Agreement, together with any Order Form or SOW placed hereunder, constitutes the entire understanding of the parties with respect to its subject matter. It replaces and supersedes all prior or contemporaneous written and oral agreements with respect to its subject matter, including the terms of any previously executed Non-Disclosure Agreement. Any terms on a purchase order, referenced on a website, or contained in a written or electronic document submitted by the Customer to Particle, and not agreed to by Particle in writing, will be void and of no effect. 13.9 Modifications; Severability.Any modification to this Agreement must be made in writing and signed by an authorized representative of each party.If any provision of this Agreement is held to be unenforceable, such provision will be reformed to the extent necessary to make it enforceable, and such holding will not impair the enforceability of the remaining provisions. 13.10 No Waiver.The failure or delay of a party at any time to require performance of any term or condition of this Agreement will not affect such party’s right to enforce such term or condition, or any other provision of this Agreement, at a later time.Each waiver will only be effective if in writing,identified as a waiver and signed by both parties. Any waiver authorized on one occasion will not operate as a waiver on any future occasion. 13.11 Co-Marketing.Customer and Particle may engage in joint marketing activities in connection with the activities described in this Agreement. The activities may include press releases, blog posts, social media marketing programs, and joint webinars and other joint speaking opportunities. Each party will perform any activities agreed to in writing (which may be in the form of email. Each of Customer and Particle (the "Licensor") grants to the other party (the "Licensee") the right to use and display Licensor's marks (the "Licensor Marks") on its website and in other promotional materials solely in connection with its activities under this Agreement.All use of the Licensor Marks will be in accordance with the Licensor's usage guidelines and will inure to the benefit of Licensor. The license described in this Section will terminate automatically in the event of any termination of this Agreement. 13 Attachment number 1 \nPage 13 of 23 Item # 3 13.12 Export.Particle will provide Customer with the applicable Export Control Classification Numbers (ECCN) (per the United States Department of Commerce Export Administration Regulations) and Harmonized Tariff Schedule (HTS) codes (per U.S. Customs and Border Protection regulations). Customer agrees not to export, reexport, or transfer,directly or indirectly, any technical data acquired from Particle, or any products utilizing such data,in violation of the United States export control laws, including the Export Administration Regulations and the International Traffic in Arms Regulations, or in violation of any foreign law, regulation or rule.Customer shall be responsible for any breach of this Section by its Affiliates, employees, agents, distributors,resellers or other service providers. 14 Attachment number 1 \nPage 14 of 23 Item # 3 Agreed to and signed by the parties as of the Effective Date: Particle Industries, Inc.: By: ______________________________ Name: ___________________________ Title: _____________________________ Date: _____________________________ Customer: By: ______________________________ Name: ___________________________ Title: _____________________________ Date: _____________________________ \d2\ 15 Attachment number 1 \nPage 15 of 23 Item # 3 Order Form This Order Form (this "Order Form") is entered into as of the date of the last signature set forth below (the "Order Form Effective Date") between Particle Industries, Inc., having its principal place of business at 126 Post Street, Floor 4, San Francisco,California 94108 ("Particle") and ___________, a [type of entity and jurisdiction], having its principal place of business at “Customer Address” ("Customer"). Contact Role Contact Name Contact Email Contact Phone Number Primary Project Contact Accounts Payable The parties entered into a Master Services Agreement dated as of _________ (the " Agreement"). This Order Form is governed by the terms and conditions of the Agreement. In the event of any conflict between the terms of this Order Form and the terms of the Agreement, the terms of this Order Form will control. For the purposes of this Service Plan, each Contract Year shall be defined as follows: Contract Year 1: ___________ to ____________ Contract Year 2: ___________ to ____________ Contract Year 3: ___________ to ____________ The parties agree as follows: A. Device. Customer will purchase Devices at the applicable price per Device with a minimum annual total price equal to the Minimum Device Spend listed in Table 1a below for the applicable Contract Year, and as further described in the Agreement. The price charged for the Device (the “Device Price”) reflects a discount (“Device Discount %”) from the price specified at Particle’s online retail store (“List Price”),each as set forth below. Customer may purchase Accessories from Particle as then available and at a discount from List Price as set forth below. Each shipment of Devices and Accessories must meet the minimum order quantity (“MOQ”) then in effect for such Device or Accessory and the minimum incremental order quantity (“IOQ”) for purchasing above the MOQ then in effect for such Device or Accessory. Purchases of Accessories listed in Table 1b. will be credited toward the Minimum Device Spend. Table 1a - Device Purchases Contract Year Device SKU Device List Price Number of Devices Device Discount % Minimum Device Spend MOQ/IOQ (per shipment) Year 1 BRN402TRAY50 Year 2 Table 1b - Accessory Purchases Contract Year Accessory SKU Accessory Discount Year 1 Year 2 16 Attachment number 1 \nPage 16 of 23 Item # 3 Table 1c - Relevant Devices Device SKU Device Discount % B. Subscription to Particle Platform. The Platform Subscription Fee for the Particle Platform shall be based on the Pricing Tier selected by Customer or to which Customer is migrated. Customer has selected the following Pricing Tiers for the Particle Platform during the term of this Order Form. Table 2a – Platform Fees Contract Year Pricing Tier Metered Device Maximum Data Operations Maximum Data (GB) Maximum Unit Price Qty of Months Platform Subscription Fee Table 2b – Additional Pricing Tiers Customer may be migrated to one or more higher Pricing Tiers during the applicable Subscription Term. Below are additional Pricing Tiers and their applicable Platform Subscriptions Fees. Pricing Tier Metered Device Maximum Data Operations Maximum Data (GB) Maximum Platform Subscription Fee C. Total Annual Fee During the term of this Order Form, Customer will be invoiced for the following minimum fees in USD, subject to changes in its Pricing Tier: Table 3a - Total Annual Fee Contract Year Minimum Device Spend Platform Subscription Fee Total Year 1 Year 2 Year 3 Total D. Winddown Option Upon expiration or termination of the Agreement, at Customer’s option, Particle will extend the Subscription Term for an additional period of up to 6 months (the “Winddown Period”). The “Winddown Fee” will be equal to 50% of the non-discounted Platform Subscription Fee applicable to Customer’s Pricing Tier at the effective date of such termination or expiration. The Winddown Fee shall be paid in full 17 Attachment number 1 \nPage 17 of 23 Item # 3 on or before the effective date of expiration or termination of the Agreement, and is non-refundable. The applicable terms and conditions of the Agreement will govern Customer’s use of the Platform during the Winddown Period. No Support will be provided during the Winddown Period. Agreed to and signed by the parties as of the Order Form Effective Date: Particle Industries, Inc.: By: ______________________________ Name: ___________________________ Title: _____________________________ Date: _____________________________ Customer: By: ______________________________ Name: ___________________________ Title: _____________________________ Date: _____________________________ 18 Attachment number 1 \nPage 18 of 23 Item # 3 Support Terms 1. Definitions.As used in these Support Terms, the following terms will have the following definitions: 1.1 “Device” means a hardware device sold to Customer by Particle that has been provisioned to access the Particle Platform through use of Particle’s system firmware (“Particle Firmware”). 1.2 “Particle Platform” means Particle’s cloud-based infrastructure and device integration system, including fleet management, data routing and over-the-air software updates. 1.3 "Supported Device" means a Device that is using a version of the Particle Firmware that is then supported by Particle, as set forth at support.Particle.io. 1.4 “Error” means a reproducible and documented failure of a Supported Device or the Particle Platform to operate in all material respects in accordance with applicable Documentation. 1.5 “Documentation” means the Particle Platform Guide,with respect to the Particle Platform, and Particle’s standard data sheets and functional hardware specifications (together with any additional specifications agreed on in writing between Particle and Customer) with respect to the Devices. 1.6 “End of Life” means that a Device is no longer supported by Particle and may not be able to access the Particle Platform. 1.7 “Business Days” means Monday through Friday, exclusive of public holidays, in the region in which Customer is located and support services are provided.In North America, public holidays shall be those federal holidays observed in the United States. In Europe, public holidays shall be those observed in the UK. 2. Support Commencement.Customer will be assigned a Particle resource to assist the Customer in its implementation of the Devices and Particle Platform during the first 30 days of the Agreement, including advice on best practices and scaling, with reference to Customer’s business. Such advice shall address how Customer can best connect Devices; publish data;access and implement updates to Particle Firmware; deploy Customer firmware; and retrieve data from the Particle Platform. After completion of this process, Particle will provide Customer with a written summary of recommendations and a schedule for follow up meetings and quarterly business reviews,including a follow up review within 90 days. Customer will designate and make available a business resource and a technical resource to assist in the set-up process. Customer acknowledges that the participation of such Customer resources in connection with this process is necessary for successful support. 3. Support Tools.Provider will make available to Customer various online self service and product tools to enable Customer to better address certain issues without the need to request support from Provider. Customer will also be able to participate in Provider’s online developer forum. 4. Ongoing Support Relationship.Particle will assign a Customer Success Manager (“CSM”) to assist Customer in day to day issues and an Account Executive (“AE”) to address issues with respect to Customer’s account and its commercial relationship with Particle. The CSM and AE will be familiar with Customer’s account, but will not be exclusively assigned to Customer, and may be re-assigned from 19 Attachment number 1 \nPage 19 of 23 Item # 3 time to time. To avoid disruption to Customer, more than a single individual may be named to fill such positions with respect to Customer’s account. The CSM and AE will coordinate quarterly business reviews with Customer’s Named Contacts. 5. Named Contact.Customer will identify an individual to be the principal contact for all communications and interactions with Particle concerning the support services described in these Support Terms, together with up to two back-up contacts (the “Named Contacts”). The Named Contacts shall be the primary individuals that address and submit support issues, although other individuals may submit support requests in exigent circumstances, such as where a Named Contact is not available, and a potential Priority Level 1 Error is manifested. Unless otherwise agreed by Particle, Customer will use reasonable efforts not to replace its Named Contacts more than once every 12 months. Customer will promptly notify Particle of any changes in the individuals identified as Named Contacts. Customer agrees and acknowledges that the accessibility, qualifications and cooperation of its Named Contacts is necessary to the ensure the quality of the support services provided under these Support Terms. 6. Support Services.As further described in this Exhibit, Particle will provide email support to Customers on Business Days from 9am-5pm PT, for Customers located in North America, and 9am-5pm GMT for Customers located in Europe. 7. Priority Levels.The response and correction activities described below are based on the level of impact (the "Priority Level") of the Error. Priority Levels Priority 1 URGENT - Complete loss of or a significant part of my fleet on a supported Device OS version* is down and unavailable resulting in loss of business and no immediate workaround is available. Requires immediate technical support. Priority 2 HIGH – Major feature of a Supported Device or the Particle Platform is disrupted, resulting in reduced quality of service. A workaround exists but results in business inconvenience. The issue is urgent, but not critical. Priority 3 NORMAL – Issue impacting the normal use of a Supported Device or Particle Platform, including billing issues. There is a workaround and the issue requires assistance to resolve. Priority 4 QUESTION – General requests for assistance or support in using or implementing Supported Devices or the Particle Platform *Particle is committed to maintaining and supporting 2 major production versions of Device OS. Customers operating an unsupported version or in development and testing are considered Priority 2 issues and are encouraged to work with our technical support team to update to a supported version of Device OS. 8. Response and Correction.Particle will respond to any Error reported by Customer within the target response times described in the table below for the applicable Priority Level. With respect to any Priority Level 1 Error, Particle will commence work on a resolution within the stated response time and will work continuously and diligently thereafter to correct such Error. With respect to Priority 2 Errors, Particle will use reasonable efforts to correct such Error as soon as possible. An Error correction may be provided in the form of a modification or a workaround. 20 Attachment number 1 \nPage 20 of 23 Item # 3 Priority Level Response Target Resolution Target Priority Level 1**1 Business Hour*2 Business Days to de-escalate to Priority 2 Priority Level 2 4 Business Hours 2 Business Days Priority Level 3 2 Business Days 5 Business Days Priority Level 4 3 Business Days 7 Business Days *A "Business Hour" means an hour during a Business Day. **A Priority Level 1 request results in an immediate notification to Particle’s on-call support resource. Customer should have qualified personnel available to work with a Particle support engineer on diagnosis and troubleshooting. 9. Requests for Support.To be covered by these Support Terms, requests for support must be made as directed by Particle and must include all information reasonably requested by Particle. Customer will classify the Priority Level in their initial support request. Particle may modify the Priority Level with notice to Customer, based on Particle’s reasonable assessment of the impact of the applicable Error. All support will be provided in the English language only. 10. Cooperation.Customer will cooperate with Particle as reasonably requested in the testing and resolution of any Error, including providing access to Customer products, systems, and personnel as needed. Customer will follow Particle’s reasonable instructions in connection with any correction provided by Particle and will otherwise cooperate fully with the implementation of any correction. 11. Exclusions.Particle’s support obligations will not apply in the event of any failure to cooperate in the implementation of any correction as reasonably requested by Particle or in the event any of the following Exclusions apply: (i) the problem results from components or products that are not provided to Customer by Particle; (ii) the problem results from modification or alteration of the Supported Device by any party other than Particle (or a party acting in accordance with Particle's instructions); (iii) the problem results from physical or other damage to the Supported Device, including normal wear and tear; (iv) the problem results from Customer's implementation,integration or testing, including failure to implement, integrate or test the Supported Device in accordance with any applicable instructions; (v) the problem results from failure to use the Supported Device in accordance with the applicable Documentation, including any recommended ratings or parameters; (vi) the problem results from use of the Supported Device with hardware that is electrically or mechanically incompatible with the Device; (vii) the problem is caused by signal reception issues,including Wi-Fi connectivity issues (other than those caused by an Error); 21 Attachment number 1 \nPage 21 of 23 Item # 3 (viii) the problem results from a performance failure from a mobile virtual network operator (MVNO) or cellular carrier issue; (viii) the Supported Devices suffering the problem have had their serial number altered or removed; and (ix) the problem results from Customer’s use of a non-supported version of the Particle Firmware. In the event it is found that an Exclusion applied to a support request, Particle will be entitled to charge Customer reasonable fees in connection with Particle's investigation and determination under this Section. 12. SLA.Particle will use reasonable efforts to ensure that Uptime of the Particle Platform is no less than 99.9% in any given calendar month, (the “Performance Promise”). “Uptime” is actual availability of the Particle Platform measured as percentage of total minutes for the applicable month. a. Credit Calculation.Subject to the applicable procedures and exclusions set forth below, in the event Uptime falls below the Performance Promise in a given calendar month, then Customer will be entitled to a credit against that calendar month’s Minimum Particle Platform License Fee in an amount calculated based on the chart below. In addition, Particle will investigate any failure to meet the Performance Promise to determine the underlying cause. As requested by Customer, Particle will report on its investigation and it planned remediation to address any identified underlying cause. Uptime (for applicable calendar month) Credit against Monthly Minimum Particle Platform License Fee 99.8% - 99.5%15% 99.4% - 99%25% Below 99%30% b. Credit Requests.In order to receive a credit under this SLA, Customer must request the credit in writing as instructed by Particle, no later than ten days following the event giving rise to the credit. A credit request must include a description of the Performance Promise failure, including the dates and time intervals of the failure.Particle may request additional information in its evaluation of the credit request and may deny the request where there is insufficient evidence of a performance failure. Subject to Particle’s verification,Particle will apply the appropriate credit to the Customer’s next subscription renewal invoice. c. Exceptions.The Performance Promise will not apply in any of the following circumstances: (a) downtime caused by Customer or Customer’s agents (e.g. consultants or vendors), including downtime caused by Customer’s configurations,firmware, applications, hardware, web services or other technologies used by Customer; (b) use of the Particle Platform that is not in accordance with the Documentation or the terms of this Agreement; (c) downtime resulting from denial of service attacks,virus attacks, hacking attempts; 22 Attachment number 1 \nPage 22 of 23 Item # 3 (d) Customer’s use of a non-supported version of the Particle Firmware; (e) planned downtime for scheduled maintenance, for which at least 5 days advance notice is provided to Customer; (f) downtime for emergency maintenance necessary to maintain the operation and integrity of the Particle Platform; (g) downtime not exceeding five (5) minutes of continuous duration; (h) downtime resulting from signal reception issues,including Wi-Fi connectivity issues (other than those caused by an Error); (i) downtime resulting from a performance failure from a mobile virtual network operator (MVNO) or cellular carrier issue, or unavailability of such services;and (j) downtime resulting from any other circumstances that are not within Particle’s control, including the acts or omissions of any third party other than Particle's agents. d. Exclusive Remedy.The credit described in this SLA constitutes Customer’s sole and exclusive remedy in the event of a failure to meet the Performance Promise. 13. End of Support.Particle periodically identifies Supported Devices that have reached the end of their product life cycle, including as a consequence of third party dependencies, as provided in its End of Life Policy. In such event, Particle will provide Customer with at least twelve (12) months’ notice of the End of Support (“EOS”) for such Devices (at EOS, such Devices are “EOS Devices”). EOS Devices can continue to access the Particle Platform until they are subject to End of Life under the End of Life Policy, but the Performance Promise will not apply with respect to EOS Devices. No support is provided for EOS Devices under these Support Terms, except that Particle will use reasonable commercial efforts to provide Priority Level 1 Support to Supported Devices. 14. Modification of Support Terms.These Support Terms may be modified by Particle from time to time upon twelve (12) months prior written notice,which will be provided by e-mail to the Named Contacts and posted on Particle’s support Web page. 23 Attachment number 1 \nPage 23 of 23 Item # 3 PartiCle Quote for Augusta utilities July 30, 2021 Attachment number 2 \nPage 1 of 2 Item # 3 Augusta utilities Pricing Proposal expires on 10/31/2021 Particle Device Hardware -2 Year Minimum Purchase Commitment Boron LTE CAT-M1 (NorAm), Tray [x50] SKU: BRN404TRAY50 Metric Year 1 Year 2 Year 3 Quantity 250 500 0 Unit price $52.62 $52.62 0 Hardware Total $13,155 $26,310 $0.00 Particle Cloud Platform -3 Year Subscription Term Metric Year 1 Year 2 Year 3 Device Quantity Per Tier Device Maximum Tier 1 500 Tier 2 950 Tier 2 950 City of Augusta’s YoY Device Total 250 750 750 Annual Subscription Fee $20,016 $36,120 $36,120 Contract Total Year 1 Year 2 Year 3 $33,171 $62,430 $36,120 $131,721 Accessories –There are no contractual purchase requirements on accessories. The Order Form will lock in the price, and Augusta Utilities will append each Purchase Order with the desired quantity. Taoglas Cellular Flex Antenna 2G/3G/LTE 5dBi, [x50] -$5.27/per SKU: ANT-FLXU-50 Attachment number 2 \nPage 2 of 2 Item # 3 Attachment number 3 \nPage 1 of 3 Item # 3 Attachment number 3 \nPage 2 of 3 Item # 3 Attachment number 3 \nPage 3 of 3 Item # 3 Engineering Services Committee Meeting 8/31/2021 1:20 PM Augusta Stormwater Facility (Pond) Maintenance Services RFP 21-157 Department:Engineering Presenter: Caption:Approve award of Augusta Stormwater Facilities (ponds) Maintenance Contract to Augusta Lawn & Turf, LLC, Augusta Quality, LLC Larry McCord, LLC, and Pond Maintenance of Augusta. The Contract is for one year with renewal option of two additional years. Also, approve up to $650,000 to fund the proposed sweeping Services for Base Year 1. Award is contingent upon receipt of procurement documents, signed contracts and proper bonds. requested by AED. RFP 21-157. Background:Augusta Commission established Stormwater Utility (SWU) Program effective January 1, 2016. One of the key elements of SWU is establishing a proactive infrastructure maintenance program that includes Maintenance of Augusta owned stormwater management Facilities. Since then, AED worked towards establishing a proactive Pond Maintenance program (Program), initially acquiring contract services on an on-call contract basis. Recent internal careful review of on-call contract services cost yielded establishing the Program as grantee work contact services Program and provide pond maintenance servicesw on a proactive schedule at a frequency of at least one cycle per year with option of 2nd cycle contingent upon additional funds allocation, if possible. The Program at present is funded by SWU funds. Analysis:Proposals were received on April 13, 2021 with Augusta Lawn & Turf, LLC, Augusta Quality, LLC, Larry McCord, LLC, and Pond Maintenance of Augusta being the selected firms. Firms were evaluated based on qualifications, relevant experience, and ability to provide requested services. Base year1 Fee of requested primary services is attached as Exhibit A and Stormwater Facility Groups Table is attached as Exhibit B. Financial Impact:Services are funded by Stormwater Utility funds. Cover Memo Item # 4 Alternatives:1) Not Proposed. Recommendation:Approve award of Augusta Roadways Sweeping Contract to Sweeping Approve award of Augusta Stormwater Facilities (Ponds) Maintenance Contract to Augusta Lawn & Turf, LLC, Augusta Quality, LLC, Larry McCord, LLC, and Pond Maintenance of Augusta. The Contract is for one year with renewal option of two additional years. Also, approve up to $650,000 to fund the proposed sweeping Services for Base Year 1. Award is contingent upon receipt of procurement documents, signed contracts and proper bonds. requested by AED. RFP 21- 157. Funds are Available in the Following Accounts: 581-044320-5211120 Stormwater Utilities (SWU) Funds REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Item # 4 Request for Proposal Request for Proposals will be received at this office until Tuesday, April 13, 2021 @ 11:00 a.m. for furnishing: (ZOOM Opening) (ID: 980 8320 9568 and Password: 616129) RFP Item # 21-157 Augusta Stormwater Facility (Pond) Maintenance (Vegetative Cover, Shrubs/Trees, Control Structure/Outfall) for Augusta – Engineering Department RFPs will be received by: The Augusta Commission hereinafter referred to as the OWNER at the offices of: Geri A. Sams, Director Augusta Procurement Department 535 Telfair Street - Room 605 Augusta, Georgia 30901 RFP documents may be viewed on the Augusta Georgia web site under the Procurement Department ARCbid. RFP documents may be obtained at the office of the Augusta, GA Procurement Department, 535 Telfair Street – Room 605, Augusta, GA 30901 (706-821-2422). A Pre Proposal Conference will be held on Monday, March 29, 2021, @ 10:00 a.m. via ZOOM (ID: 980 3442 9994 and Password: 609639) All questions must be submitted in writing by fax to 706 821-2811 or by email to procbidandcontract@augustaga.gov to the office of the Procurement Department by Tuesday, March 30, 2021, @ 5:00 P.M. No RFP will be accepted by fax, all must be received by mail or hand delivered. No RFP may be withdrawn for a period of 90 days after bids have been opened, pending the execution of contract with the successful bidder(s). Request for proposals (RFP) and specifications. An RFP shall be issued by the Procurement Office and shall include specifications prepared in accordance with Article 4 (Product Specifications), and all contractual terms and conditions, applicable to the procurement. All specific requirements contained in the request for proposal including, but not limited to, the number of copies needed, the timing of the submission, the required financial data, and any other requirements designated by the Procurement Department are considered material conditions of the bid which are not waivable or modifiable by the Procurement Director. All requests to waive or modify any such material condition shall be submitted through the Procurement Director to the appropriate committee of the Augusta, Georgia Commission for approval by the Augusta, Georgia Commission. Please mark RFP number on the outside of the envelope. Proponents are cautioned that acquisition of RFP documents through any source other than the office of the Procurement Department is not advisable. Acquisition of RFP documents from unauthorized sources places the proponent at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. Correspondence must be submitted via mail, fax or email as follows: Augusta Procurement Department Attn: Geri A. Sams, Director of Procurement 535 Telfair Street, Room 605 Augusta, GA 30901 Fax: 706-821-2811 or Email: procbidandcontract@augustaga.gov GERI A. SAMS, Procurement Director Publish: Augusta Chronicle March 4, 11, 18, 25, 2021 Metro Courier March 4, 2021 Attachment number 1 \nPage 1 of 1 Item # 4 Attachment number 2 \nPage 1 of 1 Item # 4 OFFICIAL VENDORS Attachment "B"E-Verify #Addendum 1 SAVE Form Original 7 Copies M & C Lawn Care & Maintenance Services LLC 3958 Wrightsboro Rd. STE C. Augusta, GA 30909 YES 1661291 YES YES YES NON- COMPLIANT Rise and Shine Lawncare Landscaping 1159 Waltons Trails Hephzibah, GA 30815 NON- COMPLIANT 475133613 NON- COMPLIANT YES YES NON- COMPLIANT Augusta Lawn & Turf, INC. 3618 Phillips Dr. Augusta, GA 30907 YES 202665 YES YES YES YES Estate Management Services, INC 305 Indigo Dr. Brunswick, GA 31525 YES 647420 YES YES YES YES DeAngelo Brothers, LLC 500 US HWY 1 Bypass S. Louisville, GA 30434 YES 180051 YES YES YES YES NaturChem Inc 270 Bruner Road Lexington, SC 29072 YES 361412 YES NON- COMPLIANT YES YES Brown Management Services Enterprise INC 1129 Brent Drive, Suite C Conyers, GA 30094 YES 312185 YES YES YES YES Larry L. Mccord 2016 Highland Ave. Augusta, GA 30904 YES 469967 YES YES YES YES Pond Maintenance of Augusta 3707 Colbert St. Augusta, GA 30906 YES 67036 YES YES YES YES RFP Opening Item #21-157 Augusta Stormwater Facility (Pond) Maintenance (Vegetative Cover, Shrubs/Trees, Control Structure/Outfall)- Augusta, GA - Engineering Department RFP Date: Tuesday, April 13, 2021 @ 11:00 a.m. Total Number Specifications Mailed Out: 79 Total Number Specifications Download (Demandstar): 0 Total Electronic Notifications (Demandstar): 113 Georgia Procurement Registry: 7 Total packages submitted: 12 Total Noncompliant: 4 Page 1 of 4 Attachment number 3 \nPage 1 of 4 Item # 4 OFFICIAL VENDORS Attachment "B"E-Verify #Addendum 1 SAVE Form Original 7 Copies RFP Opening Item #21-157 Augusta Stormwater Facility (Pond) Maintenance (Vegetative Cover, Shrubs/Trees, Control Structure/Outfall)- Augusta, GA - Engineering Department RFP Date: Tuesday, April 13, 2021 @ 11:00 a.m. Total Number Specifications Mailed Out: 79 Total Number Specifications Download (Demandstar): 0 Total Electronic Notifications (Demandstar): 113 Georgia Procurement Registry: 7 Total packages submitted: 12 Total Noncompliant: 4 Augusta Quality LLC 3904 Wrightsboro Rd. Ste. C Augusta, GA 30909 YES 639585 YES YES YES YES T. Garrett Enterprise LLC 2326 Walden Dr. Ste B. Augusta, GA 30904 YES 1215950 YES YES YES YES PCJ Quality Assurance LLC 1072 Plum Rd. Jackson, SC 29831 NON- COMPLIANT 1664810 YES YES YES YES Page 2 of 4 Attachment number 3 \nPage 2 of 4 Item # 4 OFFICIAL Fee Proposal YES YES YES YES YES YES YES YES YES Page 3 of 4 Attachment number 3 \nPage 3 of 4 Item # 4 OFFICIAL Fee Proposal YES YES YES Page 4 of 4 Attachment number 3 \nPage 4 of 4 Item # 4 Augusta Lawn & Turf, INC. 3618 Phillips Dr. Augusta, GA 30907 Estate Management Services, INC 305 Indigo Dr. Brunswick, GA 31525 DeAngelo Brothers, LLC 500 US HWY 1 Bypass S. Louisville, GA 30434 Brown Management Services Enterprise INC 1129 Brent Drive, Suite C Conyers, GA 30094 Larry L. Mccord 2016 Highland Ave. Augusta, GA 30904 Pond Maintenance of Augusta 3707 Colbert St. Augusta, GA 30906 Augusta Quality LLC 3904 Wrightsboro Rd. Ste. C Augusta, GA 30909 T. Garrett Enterprise LLC 2326 Walden Dr. Ste B. Augusta, GA 30904 M & C Lawn Care & Maintenance Services LLC 3958 Wrightsboro Rd. STE C. Augusta, GA 30909 Rise and Shine Lawncare Landscaping 1159 Waltons Trails Hephzibah, GA 30815 NaturChem Inc 270 Bruner Road Lexington, SC 29072 PCJ Quality Assurance LLC 1072 Plum Rd. Jackson, SC 29831 Evaluation Criteria Ranking Points 1. Completeness of Response • Package submitted by the deadline • Package is complete (includes requested information as required per this solicitation) • Attachment B is complete, signed and notarized N/A Pass/Fail PASS PASS PASS PASS PASS PASS PASS PASS FAIL FAIL FAIL FAIL 2. Qualifications & Experience (0-5)20 5.0 2.0 2.0 3.0 4.0 3.5 4.5 4.0 3. Organization & Approach (0-5)15 5.0 2.5 3.5 3.5 3.5 3.5 4.5 2.5 Scope of Services Experience and approach to the following as requested in Section II. Scope of Services and Section III. Minimum Requirements: a. Project Specific Experience - three (3) years of experience similar to this scope of work. b. Past performance on projects similar in nature. c. Evidence that firm fully understands Owner’s goals and project scope. (0-5)15 5.0 3.0 3.0 3.5 4.0 4.0 5.0 3.0 5. Schedule of Work (0-5)5 5.0 5.0 5.0 5.0 5.0 5.0 3.5 3.0 6. Financial Stability (0-5)5 5.0 5.0 5.0 5.0 5.0 5.0 5.0 2.0 7. References (0-5)5 5.0 5.0 5.0 5.0 5.0 5.0 5.0 5.0 Within Richmond County 5 10 5 5 5 5 5 Within CSRA 5 6 Within Georgia 5 4 5 5 5 Within SE United States (includes AL, TN, NC, SC, FL) 5 2 All Others 5 1 35 27.5 28.5 30 31.5 31 32.5 24.5 9. Presentation by Team (0-5)10 10. Q&A Response to Panel Questions (0-5)5 Lowest Fees 5 10 5 Second 5 6 5 Third 5 4 5 Forth 5 2 5 Fifth 5 1 5 Total Phase 2 - (Total Maximum Ranking 15 - Maximum Weighted Total Possible 125) 5 0 0 5 5 5 5 0 40 35 35 40 40 40 40 35 9. Presentation by Team (0-5)10 10. Q&A Response to Panel Questions (0-5)5 Lowest Fees 5 10 5 Second 5 6 5 Third 5 4 5 Forth 5 2 5 Fifth 5 1 5 Total Phase 2 - (Total Maximum Ranking 15 - Maximum Weighted Total Possible 125) 5 0 0 5 5 5 5 0 40 27.5 28.5 35 36.5 36 37.5 24.5 Section A Page 1 Section B Page 1 RFP Opening Item #21-157 Augusta Stormwater Facility (Pond) Maintenance (Vegetative Cover, Shrubs/Trees, Control Structure/Outfall)- Augusta, GA - Engineering Department RFP Evaluation Meeting Date: Wednesday, June 23, 2021 @ 3:00 p.m. 8. Proximity to Area (only choose 1 line according to location of the company - enter the ranking value for the one line only) Tota+25:31l Cumulative Score (Maximum point is 500) 11. Cost/Fee Proposal Consideration (only choose 1 line according to dollar value of the proposal in relation to all fee proposals - enter the point value for the one line only) Vendors Phase 1 Total - (Total Maximum Ranking 35 - Maximum Weighted Total Possible 375) Phase 1 Scale 0 (Low) to 5 (High) Ranking of 0-5 (Enter a number value between 0 and 5) Section A - Phase 2 Group A - (Option - Numbers 9-100 (Vendors May Not Receive Less Than a 3 Ranking in Any Category to be Considered for Award) Total Cumulative Score (Maximum point is 500) Section B - Phase 2 Group B - (Option - Numbers 9-100 (Vendors May Not Receive Less Than a 3 Ranking in Any Category to be Considered for Award) 11. Cost/Fee Proposal Consideration (only choose 1 line according to dollar value of the proposal in relation to all fee proposals - enter the point value for the one line only) Total (Total Possible Score 500) Total (May not Receive Less Than a 3 Ranking in Any Category to be Considered for Award) Total (Total Possible Score 500) Total (May not Receive Less Than a 3 Ranking in Any Category to be onsidered for Award) Attachment number 4 \nPage 1 of 8 Item # 4 Augusta Lawn & Turf, INC. 3618 Phillips Dr. Augusta, GA 30907 Estate Management Services, INC 305 Indigo Dr. Brunswick, GA 31525 DeAngelo Brothers, LLC 500 US HWY 1 Bypass S. Louisville, GA 30434 Brown Management Services Enterprise INC 1129 Brent Drive, Suite C Conyers, GA 30094 Larry L. Mccord 2016 Highland Ave. Augusta, GA 30904 Pond Maintenance of Augusta 3707 Colbert St. Augusta, GA 30906 Augusta Quality LLC 3904 Wrightsboro Rd. Ste. C Augusta, GA 30909 T. Garrett Enterprise LLC 2326 Walden Dr. Ste B. Augusta, GA 30904 M & C Lawn Care & Maintenance Services LLC 3958 Wrightsboro Rd. STE C. Augusta, GA 30909 Rise and Shine Lawncare Landscaping 1159 Waltons Trails Hephzibah, GA 30815 NaturChem Inc 270 Bruner Road Lexington, SC 29072 PCJ Quality Assurance LLC 1072 Plum Rd. Jackson, SC 29831 RFP Opening Item #21-157 Augusta Stormwater Facility (Pond) Maintenance (Vegetative Cover, Shrubs/Trees, Control Structure/Outfall)- Augusta, GA - Engineering Department RFP Evaluation Meeting Date: Wednesday, June 23, 2021 @ 3:00 p.m. Vendors Phase 1 Ranking of 0-5 (Enter a number value between 0 and 5) 9. Presentation by Team (0-5)10 10. Q&A Response to Panel Questions (0-5)5 Lowest Fees 5 10 5 Second 5 6 5 Third 5 4 5 Forth 5 2 5 Fifth 5 1 5 Total Phase 2 - (Total Maximum Ranking 15 - Maximum Weighted Total Possible 125) 5 0 0 5 5 5 5 0 40 27.5 28.5 35 36.5 36 37.5 24.5 9. Presentation by Team (0-5)10 10. Q&A Response to Panel Questions (0-5)5 Lowest Fees 5 10 5 Second 5 6 5 Third 5 4 5 Forth 5 2 5 Fifth 5 1 5 Total Phase 2 - (Total Maximum Ranking 15 - Maximum Weighted Total Possible 125) 5 0 0 5 5 5 5 0 45 40 40 45 45 45 45 40 9. Presentation by Team (0-5)10 10. Q&A Response to Panel Questions (0-5)5 Lowest Fees 5 10 5 Second 5 6 5 Third 5 4 5 Forth 5 2 5 Fifth 5 1 5 Total Phase 2 - (Total Maximum Ranking 15 - Maximum Weighted Total Possible 125) 5 0 0 5 5 5 5 0 50 45 45 50 50 50 50 45 9. Presentation by Team (0-5)10 10. Q&A Response to Panel Questions (0-5)5 Lowest Fees 5 10 5 Second 5 6 5 Third 5 4 5 Forth 5 2 5 Fifth 5 1 5 Total Phase 2 - (Total Maximum Ranking 15 - Maximum Weighted Total Possible 125) 5 0 0 5 5 5 5 0 55 50 50 55 55 55 55 50 Section C Page 1 Section D Page 1 Section E Page 1 Section F Page 1 Section F - Phase 2 Group A - (Option - Numbers 9-100 (Vendors May Not Receive Less Than a 3 Ranking in Any Category to be Considered for Award) 11. Cost/Fee Proposal Consideration (only choose 1 line according to dollar value of the proposal in relation to all fee proposals - enter the point value for the one line only) Tota+25:31l Cumulative Score (Maximum point is 500) Total Cumulative Score (Maximum point is 500) Total (Total Possible Score 500) Total (May not Receive Less Than a 3 Ranking in Any Category to be Considered for Award) 11. Cost/Fee Proposal Consideration (only choose 1 line according to dollar value of the proposal in relation to all fee proposals - enter the point value for the one line only) 11. Cost/Fee Proposal Consideration (only choose 1 line according to dollar value of the proposal in relation to all fee proposals - enter the point value for the one line only) Section D - Phase 2 Group A - (Option - Numbers 9-100 (Vendors May Not Receive Less Than a 3 Ranking in Any Category to be Considered for Award) Section E - Phase 2 Group A - (Option - Numbers 9-100 (Vendors May Not Receive Less Than a 3 Ranking in Any Category to be Considered for Award) Total (Total Possible Score 500) Total (May not Receive Less Than a 3 Ranking in Any Category to be Considered for Award) Tota+25:31l Cumulative Score (Maximum point is 500) 11. Cost/Fee Proposal Consideration (only choose 1 line according to dollar value of the proposal in relation to all fee proposals - enter the point value for the one line only) Tota+25:31l Cumulative Score (Maximum point is 500) Total (Total Possible Score 500) Total (May not Receive Less Than a 3 Ranking in Any Category to be Considered for Award) Total (Total Possible Score 500) Total (May not Receive Less Than a 3 Ranking in Any Category to be Considered for Award) Section C - Phase 2 Group C - (Option - Numbers 9-100 (Vendors May Not Receive Less Than a 3 Ranking in Any Category to be Considered for Award) Attachment number 4 \nPage 2 of 8 Item # 4 Augusta Lawn & Turf, INC. 3618 Phillips Dr. Augusta, GA 30907 Estate Management Services, INC 305 Indigo Dr. Brunswick, GA 31525 DeAngelo Brothers, LLC 500 US HWY 1 Bypass S. Louisville, GA 30434 Brown Management Services Enterprise INC 1129 Brent Drive, Suite C Conyers, GA 30094 Larry L. Mccord 2016 Highland Ave. Augusta, GA 30904 Pond Maintenance of Augusta 3707 Colbert St. Augusta, GA 30906 Augusta Quality LLC 3904 Wrightsboro Rd. Ste. C Augusta, GA 30909 T. Garrett Enterprise LLC 2326 Walden Dr. Ste B. Augusta, GA 30904 M & C Lawn Care & Maintenance Services LLC 3958 Wrightsboro Rd. STE C. Augusta, GA 30909 Rise and Shine Lawncare Landscaping 1159 Waltons Trails Hephzibah, GA 30815 NaturChem Inc 270 Bruner Road Lexington, SC 29072 PCJ Quality Assurance LLC 1072 Plum Rd. Jackson, SC 29831 RFP Opening Item #21-157 Augusta Stormwater Facility (Pond) Maintenance (Vegetative Cover, Shrubs/Trees, Control Structure/Outfall)- Augusta, GA - Engineering Department RFP Evaluation Meeting Date: Wednesday, June 23, 2021 @ 3:00 p.m. Vendors Phase 1 Ranking of 0-5 (Enter a number value between 0 and 5) 9. Presentation by Team (0-5)10 10. Q&A Response to Panel Questions (0-5)5 Lowest Fees 5 10 5 Second 5 6 5 Third 5 4 5 Forth 5 2 5 Fifth 5 1 5 Total Phase 2 - (Total Maximum Ranking 15 - Maximum Weighted Total Possible 125) 5 0 0 5 5 5 5 0 60 55 55 60 60 60 60 55 9. Presentation by Team (0-5)10 10. Q&A Response to Panel Questions (0-5)5 Lowest Fees 5 10 5 Second 5 6 5 Third 5 4 5 Forth 5 2 5 Fifth 5 1 5 Total Phase 2 - (Total Maximum Ranking 15 - Maximum Weighted Total Possible 125) 5 0 0 5 5 5 5 0 65 60 60 65 65 65 65 60 9. Presentation by Team (0-5)10 10. Q&A Response to Panel Questions (0-5)5 Lowest Fees 5 10 5 Second 5 6 5 Third 5 4 5 Forth 5 2 5 Fifth 5 1 5 Total Phase 2 - (Total Maximum Ranking 15 - Maximum Weighted Total Possible 125) 5 0 0 5 5 5 5 0 70 65 65 70 70 70 70 65 Section G Page 1 Section H Page 1 Section I Page 1 Section G - Phase 2 Group A - (Option - Numbers 9-100 (Vendors May Not Receive Less Than a 3 Ranking in Any Category to be Considered for Award) 11. Cost/Fee Proposal Consideration (only choose 1 line according to dollar value of the proposal in relation to all fee proposals - enter the point value for the one line only) Tota+25:31l Cumulative Score (Maximum point is 500) Tota+25:31l Cumulative Score (Maximum point is 500) Section I - Phase 2 Group A - (Option - Numbers 9-100 (Vendors May Not Receive Less Than a 3 Ranking in Any Category to be Considered for Award) Section H - Phase 2 Group A - (Option - Numbers 9-100 (Vendors May Not Receive Less Than a 3 Ranking in Any Category to be Considered for Award) 11. Cost/Fee Proposal Consideration (only choose 1 line according to dollar value of the proposal in relation to all fee proposals - enter the point value for the one line only) 11. Cost/Fee Proposal Consideration (only choose 1 line according to dollar value of the proposal in relation to all fee proposals - enter the point value for the one line only) Total (Total Possible Score 500) Total (May not Receive Less Than a 3 Ranking in Any Category to be Considered for Award) Total (Total Possible Score 500) Total (May not Receive Less Than a 3 Ranking in Any Category to be Considered for Award) Total (Total Possible Score 500) Total (May not Receive Less Than a 3 Ranking in Any Category to be Considered for Award) Tota+25:31l Cumulative Score (Maximum point is 500) Attachment number 4 \nPage 3 of 8 Item # 4 Augusta Lawn & Turf, INC. 3618 Phillips Dr. Augusta, GA 30907 Estate Management Services, INC 305 Indigo Dr. Brunswick, GA 31525 DeAngelo Brothers, LLC 500 US HWY 1 Bypass S. Louisville, GA 30434 Brown Management Services Enterprise INC 1129 Brent Drive, Suite C Conyers, GA 30094 Larry L. Mccord 2016 Highland Ave. Augusta, GA 30904 Pond Maintenance of Augusta 3707 Colbert St. Augusta, GA 30906 Augusta Quality LLC 3904 Wrightsboro Rd. Ste. C Augusta, GA 30909 T. Garrett Enterprise LLC 2326 Walden Dr. Ste B. Augusta, GA 30904 M & C Lawn Care & Maintenance Services LLC 3958 Wrightsboro Rd. STE C. Augusta, GA 30909 Rise and Shine Lawncare Landscaping 1159 Waltons Trails Hephzibah, GA 30815 NaturChem Inc 270 Bruner Road Lexington, SC 29072 PCJ Quality Assurance LLC 1072 Plum Rd. Jackson, SC 29831 RFP Opening Item #21-157 Augusta Stormwater Facility (Pond) Maintenance (Vegetative Cover, Shrubs/Trees, Control Structure/Outfall)- Augusta, GA - Engineering Department RFP Evaluation Meeting Date: Wednesday, June 23, 2021 @ 3:00 p.m. Vendors Phase 1 Ranking of 0-5 (Enter a number value between 0 and 5) 9. Presentation by Team (0-5)10 10. Q&A Response to Panel Questions (0-5)5 Lowest Fees 5 10 5 Second 5 6 5 Third 5 4 5 Forth 5 2 5 Fifth 5 1 5 Total Phase 2 - (Total Maximum Ranking 15 - Maximum Weighted Total Possible 125) 5 0 0 5 5 5 5 0 75 70 70 75 75 75 75 70 9. Presentation by Team (0-5)10 10. Q&A Response to Panel Questions (0-5)5 Lowest Fees 5 10 5 Second 5 6 5 Third 5 4 5 Forth 5 2 5 Fifth 5 1 5 Total Phase 2 - (Total Maximum Ranking 15 - Maximum Weighted Total Possible 125) 5 0 0 5 5 5 5 0 80 75 75 80 80 80 80 75 9. Presentation by Team (0-5)10 10. Q&A Response to Panel Questions (0-5)5 Lowest Fees 5 10 5 Second 5 6 5 5 Third 5 4 Forth 5 2 5 Fifth 5 1 Total Phase 2 - (Total Maximum Ranking 15 - Maximum Weighted Total Possible 125) 0 0 0 5 5 5 5 0 80 80 80 85 85 85 85 80 Section J Page 1 Section K Page 1 Beaver Dams Page 1 Section J - Phase 2 Group A - (Option - Numbers 9-100 (Vendors May Not Receive Less Than a 3 Ranking in Any Category to be Considered for Award) 11. Cost/Fee Proposal Consideration (only choose 1 line according to dollar value of the proposal in relation to all fee proposals - enter the point value for the one line only) Tota+25:31l Cumulative Score (Maximum point is 500) Section K - Phase 2 Group A - (Option - Numbers 9-100 (Vendors May Not Receive Less Than a 3 Ranking in Any Category to be Considered for Award) 11. Cost/Fee Proposal Consideration (only choose 1 line according to dollar value of the proposal in relation to all fee proposals - enter the point value for the one line only) Tota+25:31l Cumulative Score (Maximum point is 500) Evaluator: Cumulative Date: 6/23/21 Procurement DepartmentRepresentative:________Nancy Williams____________________________________ Procurement Department Completion Date: 6/23/21 Section L - Phase 2 Group A - (Option - Numbers 9-100 (Vendors May Not Receive Less Than a 3 Ranking in Any Category to be Considered for Award) 11. Cost/Fee Proposal Consideration (only choose 1 line according to dollar value of the proposal in relation to all fee proposals - enter the point value for the one line only) Tota+25:31l Cumulative Score (Maximum point is 500) Internal Use Only Total (Total Possible Score 500) Total (May not Receive Less Than a 3 Ranking in Any Category to be Considered for Award) Total (Total Possible Score 500) Total (May not Receive Less Than a 3 Ranking in Any Category to be Considered for Award) Total (Total Possible Score 500) Total (May not Receive Less Than a 3 Ranking in Any Category to be Considered for Award) Attachment number 4 \nPage 4 of 8 Item # 4 Vendors Augusta Lawn & Turf, INC. 3618 Phillips Dr. Augusta, GA 30907 Estate Management Services, INC 305 Indigo Dr. Brunswick, GA 31525 DeAngelo Brothers, LLC 500 US HWY 1 Bypass S. Louisville, GA 30434 Brown Management Services Enterprise INC 1129 Brent Drive, Suite C Conyers, GA 30094 Larry L. Mccord 2016 Highland Ave. Augusta, GA 30904 Pond Maintenance of Augusta 3707 Colbert St. Augusta, GA 30906 Augusta Quality LLC 3904 Wrightsboro Rd. Ste. C Augusta, GA 30909 T. Garrett Enterprise LLC 2326 Walden Dr. Ste B. Augusta, GA 30904 M & C Lawn Care & Maintenance Services LLC 3958 Wrightsboro Rd. STE C. Augusta, GA 30909 Rise and Shine Lawncare Landscaping 1159 Waltons Trails Hephzibah, GA 30815 NaturChem Inc 270 Bruner Road Lexington, SC 29072 PCJ Quality Assurance LLC 1072 Plum Rd. Jackson, SC 29831 Phase 1 Evaluation Criteria 1. Completeness of Response • Package submitted by the deadline • Package is complete (includes requested information as required per this solicitation) • Attachment B is complete, signed and notarized PASS PASS PASS PASS PASS PASS PASS PASS FAIL FAIL FAIL FAIL 2. Qualifications & Experience 100 40 40 60 80 70 90 80 3. Organization & Approach 75 37.5 52.5 52.5 52.5 52.5 67.5 37.5 Scope of Services: • Minimum of five (5) years of experience in buying media, developing strategic advertising plans, designing creative concepts and materials to implement those plans, and producing or coordinating the production of the advertising for a business or organization comparable in size and scope to the Augusta Regional Airport. • Experience in the development of detailed annual media plans, public relations campaigns, multi media advertising (design, produce, and buy), web site design and marketing, and direct 75 45 45 52.5 60 60 75 45 5. Schedule of Work 25 25 25 25 25 25 17.5 15 6. Financial Stability 25 25 25 25 25 25 25 10 7. References 25 25 25 25 25 25 25 25 Within Richmond County 50 0 0 0 50 50 50 50 Within CSRA 0 0 0 0 0 0 0 0 Within Georgia 0 20 20 20 0 0 0 0 Within SE United States (includes AL, TN, NC, SC, FL) 0 0 0 0 0 0 0 0 All Others 0 0 0 0 0 0 0 0 Phase 1 Total - (Total Maximum Ranking 25 - Maximum Weighted Total Possible 325)375 217.5 232.5 260 317.5 307.5 350 262.5 8. Presentation by Team 0 0 0 0 0 0 0 0 9 Q&A Response to Panel Questions 0 0 0 0 0 0 0 0 Lowest Fees 0 0 0 0 50 0 0 0 Second 0 0 0 0 0 30 0 0 Third 20 0 0 0 0 0 0 0 Forth 0 0 0 0 0 0 10 0 Fifth 0 0 0 5 0 0 0 0 Total Phase 2 - (Total Maximum Ranking 15 - Maximum Weighted Total Possible 125) 20 0 0 5 50 30 10 0 Total Cumulative Score (Maximum point is 500)395 375 375 380 425 405 385 375 8. Presentation by Team 0 0 0 0 0 0 0 0 9 Q&A Response to Panel Questions 0 0 0 0 0 0 0 0 Lowest Fees 50 0 0 0 0 0 0 0 Second 0 0 0 30 0 0 0 0 Third 0 0 0 0 0 20 0 0 Forth 0 0 0 0 0 0 10 0 Fifth 0 0 0 0 5 0 0 0 Total Phase 2 - (Total Maximum Ranking 15 - Maximum Weighted Total Possible 125) 50 0 0 30 5 20 10 0 Total Cumulative Score (Maximum point is 500)425 217.5 232.5 290 322.5 327.5 360 262.5 PG 2 of 2 RFP Opening Item #21-157 Augusta Stormwater Facility (Pond) Maintenance (Vegetative Cover, Shrubs/Trees, Control Structure/Outfall)- Augusta, GA - Engineering Department RFP Evaluation Meeting Date: Wednesday, June 23, 2021 @ 3:00 p.m. Weighted Scores Total (Total Possible Score 500) Total (May not Receive Less Than a 3 Ranking in Any Category to be Considered for Award) 11. Cost/Fee Proposal Consideration (only choose 1 line according to dollar value of the proposal in relation to all fee proposals - enter the point value for the one line only) 8. Proximity to Area (only choose 1 line according to location of the company - enter the ranking value for the one line only) Total (Total Possible Score 500) Total (May not Receive Less Than a 3 Ranking in Any Category to be Considered for Award) Section A - Phase 2 (Option - Numbers 9-100 (Vendors May Not Receive Less Than a 3 Ranking in Any Category to be Considered for Award) Section B - Phase 2 (Option - Numbers 9-100 (Vendors May Not Receive Less Than a 3 Ranking in Any Category to be Considered for Award) 11. Cost/Fee Proposal Consideration (only choose 1 line according to dollar value of the proposal in relation to all fee proposals - enter the point value for the one line only) Section A Page 2 Section B Page 2 Attachment number 4 \nPage 5 of 8 Item # 4 Vendors Augusta Lawn & Turf, INC. 3618 Phillips Dr. Augusta, GA 30907 Estate Management Services, INC 305 Indigo Dr. Brunswick, GA 31525 DeAngelo Brothers, LLC 500 US HWY 1 Bypass S. Louisville, GA 30434 Brown Management Services Enterprise INC 1129 Brent Drive, Suite C Conyers, GA 30094 Larry L. Mccord 2016 Highland Ave. Augusta, GA 30904 Pond Maintenance of Augusta 3707 Colbert St. Augusta, GA 30906 Augusta Quality LLC 3904 Wrightsboro Rd. Ste. C Augusta, GA 30909 T. Garrett Enterprise LLC 2326 Walden Dr. Ste B. Augusta, GA 30904 M & C Lawn Care & Maintenance Services LLC 3958 Wrightsboro Rd. STE C. Augusta, GA 30909 Rise and Shine Lawncare Landscaping 1159 Waltons Trails Hephzibah, GA 30815 NaturChem Inc 270 Bruner Road Lexington, SC 29072 PCJ Quality Assurance LLC 1072 Plum Rd. Jackson, SC 29831 PG 2 of 2 RFP Opening Item #21-157 Augusta Stormwater Facility (Pond) Maintenance (Vegetative Cover, Shrubs/Trees, Control Structure/Outfall)- Augusta, GA - Engineering Department RFP Evaluation Meeting Date: Wednesday, June 23, 2021 @ 3:00 p.m. Weighted Scores 8. Presentation by Team 0 0 0 0 0 0 0 0 9 Q&A Response to Panel Questions 0 0 0 0 0 0 0 0 Lowest Fees 0 0 0 0 0 0 50 0 Second 0 0 0 0 30 0 0 0 Third 0 0 0 20 0 0 0 0 Forth 0 0 0 0 0 10 0 0 Fifth 5 0 0 0 0 0 0 0 Total Phase 2 - (Total Maximum Ranking 15 - Maximum Weighted Total Possible 125) 5 0 0 20 30 10 50 0 Total Cumulative Score (Maximum point is 500)380 217.5 232.5 280 347.5 317.5 400 262.5 8. Presentation by Team 0 0 0 0 0 0 0 0 9 Q&A Response to Panel Questions 0 0 0 0 0 0 0 0 Lowest Fees 0 0 0 0 0 0 50 0 Second 0 0 0 30 0 0 0 0 Third 0 0 0 0 0 20 0 0 Forth 0 0 0 0 10 0 0 0 Fifth 5 0 0 0 0 0 0 0 Total Phase 2 - (Total Maximum Ranking 15 - Maximum Weighted Total Possible 125) 5 0 0 30 10 20 50 0 Total Cumulative Score (Maximum point is 500)380 217.5 232.5 290 327.5 327.5 400 262.5 8. Presentation by Team 0 0 0 0 0 0 0 0 9 Q&A Response to Panel Questions 0 0 0 0 0 0 0 0 Lowest Fees 0 0 0 0 0 0 50 0 Second 0 0 0 0 30 0 0 0 Third 20 0 0 0 0 0 0 0 Forth 0 0 0 0 0 10 0 0 Fifth 0 0 0 5 0 0 0 0 Total Phase 2 - (Total Maximum Ranking 15 - Maximum Weighted Total Possible 125) 20 0 0 5 30 10 50 0 Total Cumulative Score (Maximum point is 500)395 217.5 232.5 265 347.5 317.5 400 262.5 8. Presentation by Team 0 0 0 0 0 0 0 0 9 Q&A Response to Panel Questions 0 0 0 0 0 0 0 0 Lowest Fees 0 0 0 0 0 0 50 0 Second 0 0 0 0 30 0 0 0 Third 0 0 0 20 0 0 0 0 Forth 0 0 0 0 0 10 0 0 Fifth 5 0 0 0 0 0 0 0 Total Phase 2 - (Total Maximum Ranking 15 - Maximum Weighted Total Possible 125) 5 0 0 20 30 10 50 0 Total Cumulative Score (Maximum point is 500)380 217.5 232.5 280 347.5 317.5 400 262.5 Section C - Phase 2 (Option - Numbers 9-100 (Vendors May Not Receive Less Than a 3 Ranking in Any Category to be Considered for Award) Total (Total Possible Score 500) Total (May not Receive Less Than a 3 Ranking in Any Category to be Considered for Award) Section D - Phase 2 (Option - Numbers 9-100 (Vendors May Not Receive Less Than a 3 Ranking in Any Category to be Considered for Award) Total (Total Possible Score 500) Total (May not Receive Less Than a 3 Ranking in Any Category to be Considered for Award) Section E - Phase 2 (Option - Numbers 9-100 (Vendors May Not Receive Less Than a 3 Ranking in Any Category to be Considered for Award) Total (Total Possible Score 500) Total (May not Receive Less Than a 3 Ranking in Any Category to be Considered for Award) Total (Total Possible Score 500) Total (May not Receive Less Than a 3 Ranking in Any Category to be Considered for Award) 11. Cost/Fee Proposal Consideration (only choose 1 line according to dollar value of the proposal in relation to all fee proposals - enter the point value for the one line only) 11. Cost/Fee Proposal Consideration (only choose 1 line according to dollar value of the proposal in relation to all fee proposals - enter the point value for the one line only) 11. Cost/Fee Proposal Consideration (only choose 1 line according to dollar value of the proposal in relation to all fee proposals - enter the point value for the one line only) Section F - Phase 2 (Option - Numbers 9-100 (Vendors May Not Receive Less Than a 3 Ranking in Any Category to be Considered for Award) 11. Cost/Fee Proposal Consideration (only choose 1 line according to dollar value of the proposal in relation to all fee proposals - enter the point value for the one line only) Section C Page 2 Section D Page 2 Section E Page 2 Section F Page 2 Attachment number 4 \nPage 6 of 8 Item # 4 Vendors Augusta Lawn & Turf, INC. 3618 Phillips Dr. Augusta, GA 30907 Estate Management Services, INC 305 Indigo Dr. Brunswick, GA 31525 DeAngelo Brothers, LLC 500 US HWY 1 Bypass S. Louisville, GA 30434 Brown Management Services Enterprise INC 1129 Brent Drive, Suite C Conyers, GA 30094 Larry L. Mccord 2016 Highland Ave. Augusta, GA 30904 Pond Maintenance of Augusta 3707 Colbert St. Augusta, GA 30906 Augusta Quality LLC 3904 Wrightsboro Rd. Ste. C Augusta, GA 30909 T. Garrett Enterprise LLC 2326 Walden Dr. Ste B. Augusta, GA 30904 M & C Lawn Care & Maintenance Services LLC 3958 Wrightsboro Rd. STE C. Augusta, GA 30909 Rise and Shine Lawncare Landscaping 1159 Waltons Trails Hephzibah, GA 30815 NaturChem Inc 270 Bruner Road Lexington, SC 29072 PCJ Quality Assurance LLC 1072 Plum Rd. Jackson, SC 29831 PG 2 of 2 RFP Opening Item #21-157 Augusta Stormwater Facility (Pond) Maintenance (Vegetative Cover, Shrubs/Trees, Control Structure/Outfall)- Augusta, GA - Engineering Department RFP Evaluation Meeting Date: Wednesday, June 23, 2021 @ 3:00 p.m. Weighted Scores 8. Presentation by Team 0 0 0 0 0 0 0 0 9 Q&A Response to Panel Questions 0 0 0 0 0 0 0 0 Lowest Fees 50 0 0 0 0 0 0 0 Second 0 0 0 0 0 0 30 0 Third 0 0 0 20 0 0 0 0 Forth 0 0 0 0 0 10 0 0 Fifth 0 0 0 0 5 0 0 0 Total Phase 2 - (Total Maximum Ranking 15 - Maximum Weighted Total Possible 125) 50 0 0 20 5 10 30 0 Total Cumulative Score (Maximum point is 500)425 217.5 232.5 280 322.5 317.5 380 262.5 8. Presentation by Team 0 0 0 0 0 0 0 0 9 Q&A Response to Panel Questions 0 0 0 0 0 0 0 0 Lowest Fees 0 0 0 0 50 0 0 0 Second 0 0 0 0 0 0 30 0 Third 20 0 0 0 0 0 0 0 Forth 0 0 0 10 0 0 0 0 Fifth 0 0 0 0 0 5 0 0 Total Phase 2 - (Total Maximum Ranking 15 - Maximum Weighted Total Possible 125) 20 0 0 10 50 5 30 0 Total Cumulative Score (Maximum point is 500)395 217.5 232.5 270 367.5 312.5 380 262.5 8. Presentation by Team 0 0 0 0 0 0 0 0 9 Q&A Response to Panel Questions 0 0 0 0 0 0 0 0 Lowest Fees 50 0 0 0 0 0 0 0 Second 0 0 0 0 30 0 0 0 Third 0 0 0 20 0 0 0 0 Forth 0 0 0 0 0 10 0 0 Fifth 0 0 0 0 0 0 5 0 Total Phase 2 - (Total Maximum Ranking 15 - Maximum Weighted Total Possible 125) 50 0 0 20 30 10 5 0 Total Cumulative Score (Maximum point is 500)425 217.5 232.5 280 347.5 317.5 355 262.5 Section G - Phase 2 (Option - Numbers 9-100 (Vendors May Not Receive Less Than a 3 Ranking in Any Category to be Considered for Award) 11. Cost/Fee Proposal Consideration (only choose 1 line according to dollar value of the proposal in relation to all fee proposals - enter the point value for the one line only) Total (Total Possible Score 500) Total (May not Receive Less Than a 3 Ranking in Any Category to be Considered for Award) Section I - Phase 2 (Option - Numbers 9-100 (Vendors May Not Receive Less Than a 3 Ranking in Any Category to be Considered for Award) Section H - Phase 2 (Option - Numbers 9-100 (Vendors May Not Receive Less Than a 3 Ranking in Any Category to be Considered for Award) 11. Cost/Fee Proposal Consideration (only choose 1 line according to dollar value of the proposal in relation to all fee proposals - enter the point value for the one line only) Total (Total Possible Score 500) Total (May not Receive Less Than a 3 Ranking in Any Category to be Considered for Award) 11. Cost/Fee Proposal Consideration (only choose 1 line according to dollar value of the proposal in relation to all fee proposals - enter the point value for the one line only) Total (Total Possible Score 500) Total (May not Receive Less Than a 3 Ranking in Any Category to be Considered for Award) Section G Page 2 Section H Page 2 Section I Page 2 Attachment number 4 \nPage 7 of 8 Item # 4 Vendors Augusta Lawn & Turf, INC. 3618 Phillips Dr. Augusta, GA 30907 Estate Management Services, INC 305 Indigo Dr. Brunswick, GA 31525 DeAngelo Brothers, LLC 500 US HWY 1 Bypass S. Louisville, GA 30434 Brown Management Services Enterprise INC 1129 Brent Drive, Suite C Conyers, GA 30094 Larry L. Mccord 2016 Highland Ave. Augusta, GA 30904 Pond Maintenance of Augusta 3707 Colbert St. Augusta, GA 30906 Augusta Quality LLC 3904 Wrightsboro Rd. Ste. C Augusta, GA 30909 T. Garrett Enterprise LLC 2326 Walden Dr. Ste B. Augusta, GA 30904 M & C Lawn Care & Maintenance Services LLC 3958 Wrightsboro Rd. STE C. Augusta, GA 30909 Rise and Shine Lawncare Landscaping 1159 Waltons Trails Hephzibah, GA 30815 NaturChem Inc 270 Bruner Road Lexington, SC 29072 PCJ Quality Assurance LLC 1072 Plum Rd. Jackson, SC 29831 PG 2 of 2 RFP Opening Item #21-157 Augusta Stormwater Facility (Pond) Maintenance (Vegetative Cover, Shrubs/Trees, Control Structure/Outfall)- Augusta, GA - Engineering Department RFP Evaluation Meeting Date: Wednesday, June 23, 2021 @ 3:00 p.m. Weighted Scores 8. Presentation by Team 0 0 0 0 0 0 0 0 9 Q&A Response to Panel Questions 0 0 0 0 0 0 0 0 Lowest Fees 0 0 0 0 50 0 0 0 Second 30 0 0 0 0 0 0 0 Third 0 0 0 20 0 0 0 0 Forth 0 0 0 0 0 0 10 0 Fifth 0 0 0 0 0 5 0 0 Total Phase 2 - (Total Maximum Ranking 15 - Maximum Weighted Total Possible 125) 30 0 0 20 50 5 10 0 Total Cumulative Score (Maximum point is 500)405 217.5 232.5 280 367.5 312.5 360 262.5 8. Presentation by Team 0 0 0 0 0 0 0 0 9 Q&A Response to Panel Questions 0 0 0 0 0 0 0 0 Lowest Fees 0 0 0 0 0 50 0 0 Second 30 0 0 0 0 0 0 0 Third 0 0 0 0 20 0 0 0 Forth 0 0 0 10 0 0 0 0 Fifth 0 0 0 0 0 0 5 0 Total Phase 2 - (Total Maximum Ranking 15 - Maximum Weighted Total Possible 125) 30 0 0 10 20 50 5 0 Total Cumulative Score (Maximum point is 500)405 217.5 232.5 270 337.5 357.5 355 262.5 8. Presentation by Team 0 0 0 0 0 0 0 0 9 Q&A Response to Panel Questions 0 0 0 0 0 0 0 0 Lowest Fees 0 0 0 0 0 50 0 0 Second 0 0 0 30 30 0 0 0 Third 0 0 0 0 0 0 0 0 Forth 0 0 0 0 0 0 10 0 Fifth 0 0 0 0 0 0 0 0 Total Phase 2 - (Total Maximum Ranking 15 - Maximum Weighted Total Possible 125) 0 0 0 30 30 50 10 0 Total Cumulative Score (Maximum point is 500)375 217.5 232.5 290 347.5 357.5 360 262.5 Section J - Phase 2 (Option - Numbers 9-100 (Vendors May Not Receive Less Than a 3 Ranking in Any Category to be Considered for Award) 11. Cost/Fee Proposal Consideration (only choose 1 line according to dollar value of the proposal in relation to all fee proposals - enter the point value for the one line only) Total (Total Possible Score 500) Total (May not Receive Less Than a 3 Ranking in Any Category to be Considered for Award) Section K - Phase 2 (Option - Numbers 9-100 (Vendors May Not Receive Less Than a 3 Ranking in Any Category to be Considered for Award) 11. Cost/Fee Proposal Consideration (only choose 1 line according to dollar value of the proposal in relation to all fee proposals - enter the point value for the one line only) Total (Total Possible Score 500) Total (May not Receive Less Than a 3 Ranking in Any Category to be Considered for Award) Evaluator: Cummulative Date: 6/23/21 Procurement DepartmentRepresentative:_____Nancy Williams_______________________________________ Procurement Department Completion Date: 6/23/21 Section L - Phase 2 (Option - Numbers 9-100 (Vendors May Not Receive Less Than a 3 Ranking in Any Category to be Considered for Award) 11. Cost/Fee Proposal Consideration (only choose 1 line according to dollar value of the proposal in relation to all fee proposals - enter the point value for the one line only) Total (Total Possible Score 500) Total (May not Receive Less Than a 3 Ranking in Any Category to be Considered for Award) Internal Use Only Section J Page 2 Section K Page 2 Beaver Dams Page 2 Attachment number 4 \nPage 8 of 8 Item # 4 Attachment number 5 \nPage 1 of 4 Item # 4 Attachment number 5 \nPage 2 of 4 Item # 4 OFFICIAL VENDORS Attachment "B"E-Verify #Addendum 1 SAVE Form Original 7 Copies Fee Proposal M & C Lawn Care & Maintenance Services LLC 3958 Wrightsboro Rd. STE C. Augusta, GA 30909 YES 1661291 YES YES YES NON- COMPLIANT YES Rise and Shine Lawncare Landscaping 1159 Waltons Trails Hephzibah, GA 30815 NON- COMPLIANT 475133613 NON- COMPLIANT YES YES NON- COMPLIANT YES Augusta Lawn & Turf, INC. 3618 Phillips Dr. Augusta, GA 30907 YES 202665 YES YES YES YES YES Estate Management Services, INC 305 Indigo Dr. Brunswick, GA 31525 YES 647420 YES YES YES YES YES DeAngelo Brothers, LLC 500 US HWY 1 Bypass S. Louisville, GA 30434 YES 180051 YES YES YES YES YES NaturChem Inc 270 Bruner Road Lexington, SC 29072 YES 361412 YES NON- COMPLIANT YES YES YES Brown Management Services Enterprise INC 1129 Brent Drive, Suite C Conyers, GA 30094 YES 312185 YES YES YES YES YES Larry L. Mccord 2016 Highland Ave. Augusta, GA 30904 YES 469967 YES YES YES YES YES Pond Maintenance of Augusta 3707 Colbert St. Augusta, GA 30906 YES 67036 YES YES YES YES YES RFP Opening Item #21-157 Augusta Stormwater Facility (Pond) Maintenance (Vegetative Cover, Shrubs/Trees, Control Structure/Outfall)- Augusta, GA - Engineering Department RFP Date: Tuesday, April 13, 2021 @ 11:00 a.m. Total Number Specifications Mailed Out: 79 Total Number Specifications Download (Demandstar): 0 Total Electronic Notifications (Demandstar): 113 Georgia Procurement Registry: 7 Total packages submitted: 12 Total Noncompliant: 4 Page 1 of 2 Attachment number 5 \nPage 3 of 4 Item # 4 OFFICIAL VENDORS Attachment "B"E-Verify #Addendum 1 SAVE Form Original 7 Copies Fee Proposal RFP Opening Item #21-157 Augusta Stormwater Facility (Pond) Maintenance (Vegetative Cover, Shrubs/Trees, Control Structure/Outfall)- Augusta, GA - Engineering Department RFP Date: Tuesday, April 13, 2021 @ 11:00 a.m. Total Number Specifications Mailed Out: 79 Total Number Specifications Download (Demandstar): 0 Total Electronic Notifications (Demandstar): 113 Georgia Procurement Registry: 7 Total packages submitted: 12 Total Noncompliant: 4 Augusta Quality LLC 3904 Wrightsboro Rd. Ste. C Augusta, GA 30909 YES 639585 YES YES YES YES YES T. Garrett Enterprise LLC 2326 Walden Dr. Ste B. Augusta, GA 30904 YES 1215950 YES YES YES YES YES PCJ Quality Assurance LLC 1072 Plum Rd. Jackson, SC 29831 NON- COMPLIANT 1664810 YES YES YES YES YES Page 2 of 2 Attachment number 5 \nPage 4 of 4 Item # 4 EXHIBIT A 21-1577-Base Year1 Fee Summary Allocation / Firm/Year Assigned Group Augusta Lawn &T $185,372 B, G, I Pond Management $125,630 K (Regional Facilities) / Plus $25,777 Larry McCord $138,422 A, H, J Augusta Quality $135,466 C, D,E, F Subtotal for Pond=$584,890 Pond Management $300/ea $15,000 allocation / Beaver Dam Removal Total / year $625,667.00 (includes $25,777 as Regional Facilities additional service) Yearly Allocation $650,000.00 (includes $24,343 as force account) Attachment number 6 \nPage 1 of 4 Item # 4 Basin PIN Location Bid Grouping GROUP A Raes Creek 023-0-174-00-0 4029 Wheeler Woods Rd Little Spirit Creek 233-0-163-00-0 1002 Patriot Dr (.2acres?) Butler Creek 130-0-767-01-0 2616 Crosscreek Rd (0.25acre) Raes Creek 016-2-247-00-0 307 A Chatham Rd (0.15acre) Rock Creek 012-2-111-00-0 2028 Bromley CT (.2 acre) Rocky Creek 123-3-227-00-0 1913 Neptune Dr (.3acre) Spirit Creek 198-2-007-00-0 1017 Ossabaw Dr (Goshen) Butler Creek 068-3-011-00-0 2217 Grandwood Ln Raes Creek 030-0-221-00-0 1235 A Augusta West Pkwy Butler Creek 095-0-183-00-0 2700 Blossom Dr Butler Creek 133-0-023-02-0 1941 Phinizy Rd (Jail) (2.6 acres) Raes Creek 017-0-133-00-0 3097 Westwood Rd (.43acre) Butler Creek 038-4-005-00-0 410 Hill Haven Pl (.41ac) Rock Creek 013-4-283-00-0 2436 Brentwood Pl (National Hills) Raes Creek 031-2-127-00-0 1326 Jackson Rd (.62acre) Spirit Creek 154-0-305-00-0 4612 A Shado Moss Ct Spirit Creek 140-0-548-00-0 3860 Woodlake Dr Spirit Creek 194-0-125-00-0 2356 Willis Foreman Rd (0.98 Acres) Butler Creek 145-0-162-00-0 3527 Northpines Dr Spirit Creek 152-0-312-00-0 3781 A Fairington Dr (2acres/Pond 1.06Ac) Raes Creek 016-0-485-00-0 14 Park Place (0.6Ac Pond) Spirit Creek 166-0-311-00-0 3930 Wexford Ct Raes Creek 031-2-117-00-0 2800 Scarlett Dr Butler Creek 143-1-038-00-0 3416B Thomas Pl (pepperidge Pointe) Raes Creek 039-4-007-00-0 3211 Pennisula Dr (Bridgeport) (0.7Ac pond) Rock Creek 013-4-273-00-0 2439 Brentwood Dr (National Hills) Rocky Creek 068-3-045-00-0 2588 Leland Dr (1.14acres) Spirit Creek 215-0-303-00-0 1262 Paramount Ct (Spirit Pointe) (1.6Ac pond) Butler Creek 095-0-207-00-0 2501 Blossom Ct (.4acre) Butler Creek 119-0-473-00-0 2915 Meadowbrook Dr Spirit Creek 141-0-429-00-0 3814 Woodlake Dr (Wet Pond) Little Spirit Creek 214-0-233-00-0 1063 Woodberry Dr (Brown Rd) Spirit Creek 166-0-368-00-0 4028 Ramswood Dr (0.7 Ac Pond) Raes Creek 040-3-082-00-0 3259 Peninsula Dr (1 acres pond) Spirit Creek 142-0-067-00-0 4428 ELK Grove Trail Spirit Creek 155-0-119-00-0 4712 A Broad Oak CT Butler Creek 131-0-026-06-0 2477 Nordahl Dr(0.66 Acres total) Phinizy Swamp 171-0-186-00-0 3962 Debra St (Hwy 56) (1.35acres) Butler Creek 129-2-003-00-0 2785 Crosscreek Rd (Quail Ridge) (1.23Acres) Spirit Creek 177-0-059-00-0 2787A Davis Mill Rd (Walton Landing-Wet area)(1.6Ac) Spirit Creek 128-0-102-00-0 3622 Karleem Rd (1Acres pond) Rocky Creek 068-3-022-00-0 2303 Butternut Ct (1acre) Raes Creek 052-0-432-00-0 3005 Mabus Dr (Belair Rd)(1Acre) Butler Creek 118-0-346-00-0 2920 Algernon Cir Spirit Creek 140-0-672-00-0 3870 Woodlake Dr GROUP B Raes Creek 023-0-341-00-0 42 Eagle Pointe Raes Creek 018-0-442-00-0 263 Lafayette Dr Spirit Creek 165-1-117-00-0 2113 Bradley Ct (Walton Acres) Spirit Creek 182-4-013-00-0 3827 Hellow Keg Dr Spirit Creek 142-0-058-00-0 4508A Lakeland Ct Little Spirit Creek 302-0-047-00-0 4809 Trunnion Dr (2Acres) Raes Creek 039-0-212-00-0 2924 Pillar Ln (Belair Rd)(2Acres) Butler Creek 107-0-918-00-0 3545 Mutimer Dr Butler Creek 095-0-170-03-0 3339 Deans Bridge Rd (3acre/wooded) Raes Creek 040-0-158-00-0 3670 Wrightsboro Rd-Regional Facility (51.4acre) Raes Creek 039-0-191-00-0 3105 A Ocean Dr (may be wetlands/ Belair Rd-2Ac) Spirit Creek 167-2-043-00-0 4314 Sanderling Dr / Boykin&Ervay (3Acres) Spirit Creek 143-1-016-00-0 3585 Stanton Ct Spirit Creek 184-0-205-00-0 2043 Country Place Dr Butler Creek 095-0-269-00-0 2900 Rasha Dr (2.48acre) Butler Creek 066-4-001-00-0 4113 Elders Dr (3acres)-Holding water Butler Creek 118-0-437-00-0 2851 Brentway Dr Spirit Creek 194-0-138-00-0 4113 Foreman Way Butler Creek 095-0-170-03-0 3339 Deans Bridge Rd (3acre)-duplicate of 57) Butler Creek 119-0-614-01-0 2926 Dahlia Dr (may be wetland) Butler Creek 132-0-012-02-0 3012 Erik Ct (1.3acre) Spirit Creek 155-0-168-00-0 2567 Smoke treet Rd Spirit Creek 182-0-056-00-0 3913 Union Grove Cir (1.26acre) Spirit Creek 179-4-035-00-0 4820 Jasmine Way (2 Ponds/1.4Ac & 3.5Ac) Butler Creek 130-0-872-00-0 2703 Crosscreek Rd (end of Portsmouth Pl-Quail Hollow) Butler Creek 094-0-373-00-0 3238 Amanda Cir (Gordon Lake) Attachment number 6 \nPage 2 of 4 Item # 4 Spirit Creek 165-1-018-00-0 1919 Mitchell Pl (Walton Farms/1.46 acre) Spirit Creek 143-3-082-00-0 3644 Stanton Ct (Cambridge) Raes Creek 040-3-064-00-0 2947 Galahad Way (Cameron/Belair Rd-4.57acre/3Ac Pond)) Spirit Creek 214-0-168-00-0 4108 Burning Tree Ln Spirit Creek 213-0-002-14-0 1735 Lawerence Rd (Brown Rd) Spirit Creek 184-0-155-00-0 3012 John Paul Xing (countay place)(2Acres) Spirit Creek 140-0-549-00-0 3837 A Woodlake Dr (.26acre) Spirit Creek 142-4-145-00-0 3692 Bansbury Pl (2acre/Cambridge) Raes Creek 023-0-343-02-0 313 Exchange Dr (Augusta Exchange)(1Ac) Butler Creek 143-0-478-00-0 3471 A Linderwood Dr (Faircrest Ave) Spirit Creek 214-0-303-00-0 1031 1/2 Woodberry Dr (2.53acre) Spirit Creek 164-0-022-04-0 2734 1/2 Davis Mill Rd Walton Meadow) (1.5Acres) Rocky Creek 042-4-132-00-0 3174 Summerchase Pl GROUP C Raes Creek 030-0-304-00-0 2112 Larks Ct (1.4acre) Oates Creek 057-3-129-01-0 2250 Leeway Landing (may be wetland) Rocky Creek 053-4-082-00-0 3278 Lexington Way (Granite Hill) Spirit Creek 163-0-010-01-0 3010 Birdwell Rd (5acre/may be wetland)(EXCLUDE) Spirit Creek 152-0-489-00-0 2614 Spirit Creek Rd (Walton Hills) Spirit Creek 128-0-117-00-0 3647 A Karleen Rd (3Acres) Rocky Creek 054-4-006-00-0 1056 Franke Industrial Dr Spirit Creek 213-0-210-00-0 1809 A Sheffield Ct (Brown Rd) Little Spirit Creek 214-0-096-00-0 4302 A Big Dipper Cir (Brown Rd) Raes Creek 041-1-053-02-0 1350 Marks Church Rd Spirit Creek 155-0-152-00-0 4338 White Pine Ct Butler Creek 095-1-001-00-0 3501 Tullocks Hidd Dr (2ponds) & 3815 Mount View Dr Butler Creek 052-0-601-02-0 5019 A Clarkston Dr (Asbury Hill) (2.5Acres) GROUP D Spirit Creek 165-1-083-00-0 2027 Walton Farms Dr Spirit Creek 179-4-035-00-0 4820 Jasmine Way (2 Ponds/1.4Ac & 3.5Ac)Duplicate Raes Creek 022-0-085-00-0 660 Frontage Rd (0.61acre/Wet Pond) Rocky Creek 053-2-052-00-0 3917 Barnett Xing (2.54acre) Oates Creek 057-1-237-00-0 2235 Walden Dr (1.42acre) Spirit Creek 139-0-354-00-0 2535 A Sand Ridge Ct (10acre/wet & wetland) Spirit Creek 167-2-043-00-0 4314 Sanderling Dr (2.86acre)/adjacent pond: 2052 BoykinRd)Duplicate Raes Creek 016-0-437-00-0 255 Camilla Ave (4.77acre / Walmart ponds) Spirit Creek 152-0-403-00-0 3847 Crest Dr (4.83 acre) Butler Creek 132-0-070-00-0 2152 B Chadwick Rd (18.43acre/wetland)(12Acres Pond) Spirit Creek 152-0-410-00-0 4360 Creekview Dr (2Acres) GROUP E Butler Creek 132-0-482-00-0 3422 A Stoney Brook Rd Spirit Creek 198-0-382-00-0 3518 Southern Xing (2.99acre/may be wetland) Spirit Creek 165-0-129-00-0 2706 Spirit Creek Rd Spirit Creek 140-0-515-00-0 3902 & 3904 Bowen Dr (1.5acre/2Ponds& Parcels) Rocky Creek 123-3-235-00-0 3402 Mike Padgett Apple Valley/Hwy 56 Spirit Creek 143-0-730-00-0 2535 Smoketree Rd;adjacent 3353 Hamden St GROUP F Butler Creek 130-0-518-00-0 2800 Bradford Ct (3.58acre/Woodlake)) Rocky Creek 084-0-003-01-0 2852 Lumpkin Rd (3.7Acres pond) Rocky Creek 084-3-156-01-0 2915 Deen Rd Spirit Creek 181-3-042-00-0 2440 Orchard Dr (Brown Rd) Spirit Creek 153-0-013-00-0 2367 Travis Rd (3.17Ac) GROUP G Butler Creek 052-0-096-00-0 1601 Flagler RD (3.17Acres pond) Rocky Creek 110-1-062-00-0 2202 Harding Rd Butler Creek 095-4-052-00-0 3469 Toms Dr (3.31Acres pond) GROUP H Spirit Creek 178-0-106-01-0 1145 Walton Trail Butler Creek 107-0-085-04-0 3314 Deans Bridg Rd (8.4acre) Rocky Creek 085-3-038-00-0 2416 Baywood Dr (Thomas Wood) GROUP I Little Spirit Creek 232-0-217-00-0 1569 Pine Ridge Dr E (5.33Acres pond) Rocky Creek 053-0-079-02-0 3000 Norwood Dr / Buckhead Subdivision Spirit Creek 167-0-617-00-0 2052 Boykin Rd / Fieldcrest Rd (Sanderling Dr/4.76acre) GROUP J Butler Creek 129-0-537-01-0 3446 Saddle Horn Run (5acres) Spirit Creek 152-0-234-00-0 2619 Anthony Dejuan Pkwy (5.65acre) Spirit Creek 235-0-008-00-0 1101 Bennock Rd (POWT/AUD?) Spirit Creek 170-0-239-00-0 2063 Forward Augusta Dr (4.25acres) Spirit Creek 142-4-014-00-0 3238 Warwick Pl (Cambridge) (6.4acres) REGINOAL FACILITY K Raes Creek 018-0-364-02-0 365 Lafayette Dr / Pointwest Dr / Lafayette Dr (5Acres Pond) Raes Creek 018-0-001-01-0 Regional Facility-3011 Skinner Mill Rd (21 acres) Attachment number 6 \nPage 3 of 4 Item # 4 Raes Creek 032-3-001-00-0 HIERS POND Raes Creek 032-1-030-16-0 Lake Aumond Oates Creek 058-1-001-00-0 Turknett Spring Facility (23.35Acres total/ around14acres Pond) Oates Creek 057-3-218-00-0 Regional Pond- 2260/2250 Walden Dr (17Acres) Raes Creek 040-0-158-00-0 3670 Wrightsboro Rd-Regional Facility (51.4acre)(6Acres Pond) 110-4-336-02-0 Regional Pond- Windsor Spring Rd (26Acres) Beaver Dam Removal EACH Attachment number 6 \nPage 4 of 4 Item # 4 Attachment number 7 \nPage 1 of 5 Item # 4 Attachment number 7 \nPage 2 of 5 Item # 4 Attachment number 7 \nPage 3 of 5 Item # 4 Attachment number 7 \nPage 4 of 5 Item # 4 Attachment number 7 \nPage 5 of 5 Item # 4 1 FYI: Process Regarding Request for Proposals Sec. 1-10-51. Request for proposals. Request for proposals shall be handled in the same manner as the bid process as described above for solicitation and awarding of contracts for goods or services with the following exceptions: (a) Only the names of the vendors making offers shall be disclosed at the proposal opening. (b) Content of the proposals submitted by competing persons shall not be disclosed during the process of the negotiations. (c) Proposals shall be open for public inspection only after the award is made. (d) Proprietary or confidential information, marked as such in each proposal, shall not be disclosed without the written consent of the offeror. (e) Discussions may be conducted with responsible persons submitting a proposal determined to have a reasonable chance of being selected for the award. These discussions may be held for the purpose of clarification to assure a full understanding of the solicitation requirement and responsiveness thereto. (f) Revisions may be permitted after submissions and prior to award for the purpose of obtaining the best and final offers. (g) In conducting discussions with the persons submitting the proposals, there shall be no disclosure of any information derived from the other persons submitting proposals. Sec. 1-10-52. Sealed proposals. (a) Conditions for use. In accordance with O.C.G.A. § 36-91-21(c)(1)(C), the competitive sealed proposals method may be utilized when it is determined in writing to be the most advantageous to Augusta, Georgia, taking into consideration the evaluation factors set forth in the request for proposals. The evaluation factors in the request for proposals shall be the basis on which the award decision is made when the sealed proposal method is used. Augusta, Georgia is not restricted from using alternative procurement methods for Attachment number 8 \nPage 1 of 4 Item # 4 2 obtaining the best value on any procurement, such as Construction Management at Risk, Design/Build, etc. (b) Request for proposals. Competitive sealed proposals shall be solicited through a request for proposals (RFP). (c) Public notice. Adequate public notice of the request for proposals shall be given in the same manner as provided in section 1-10- 50(c)(Public Notice and Bidder's List); provided the normal period of time between notice and receipt of proposals minimally shall be fifteen (15) calendar days. (d) Pre-proposal conference. A pre-proposal conference may be scheduled at least five (5) days prior to the date set for receipt of proposals, and notice shall be handled in a manner similar to section 1-10-50(c)-Public Notice and Bidder's List. No information provided at such pre-proposal conference shall be binding upon Augusta, Georgia unless provided in writing to all offerors. (e) Receipt of proposals. Proposals will be received at the time and place designated in the request for proposals, complete with bidder qualification and technical information. No late proposals shall be accepted. Price information shall be separated from the proposal in a sealed envelope and opened only after the proposals have been reviewed and ranked. The names of the offerors will be identified at the proposal acceptance; however, no proposal will be handled so as to permit disclosure of the detailed contents of the response until after award of contract. A record of all responses shall be prepared and maintained for the files and audit purposes. (f) Public inspection. The responses will be open for public inspection only after contract award. Proprietary or confidential information marked as such in each proposal will not be disclosed without written consent of the offeror. (g) Evaluation and selection. The request for proposals shall state the relative importance of price and other evaluation factors that will be used in the context of proposal evaluation and contract award. (Pricing proposals will not be opened until the proposals have been reviewed and ranked). Such evaluation factors may include, but not be limited to: (1) The ability, capacity, and skill of the offeror to perform the contract or Attachment number 8 \nPage 2 of 4 Item # 4 3 provide the services required; (2) The capability of the offeror to perform the contract or provide the service promptly or within the time specified, without delay or interference; (3) The character, integrity, reputation, judgment, experience, and efficiency of the offeror; (4) The quality of performance on previous contracts; (5) The previous and existing compliance by the offeror with laws and ordinances relating to the contract or services; (6) The sufficiency of the financial resources of the offeror relating to his ability to perform the contract; (7) The quality, availability, and adaptability of the supplies or services to the particular use required; and (8) Price. (h) Selection committee. A selection committee, minimally consisting of representatives of the procurement office, the using agency, and the Administrator's office or his designee shall convene for the purpose of evaluating the proposals. (i) Preliminary negotiations. Discussions with the offerors and technical revisions to the proposals may occur. Discussions may be conducted with the responsible offerors who submit proposals for the purpose of clarification and to assure full understanding of, and conformance to, the solicitation requirements. Offerors shall be accorded fair and equal treatment with respect to any opportunity for discussions and revision of proposals and such revisions may be permitted after submission and prior to award for the purpose of obtaining best and final offers. In conducting discussions, there shall be no disclosure of information derived from proposals submitted by competing offerors. (j) From the date proposals are received by the Procurement Director through the date of contract award, no offeror shall make any substitutions, deletions, Attachment number 8 \nPage 3 of 4 Item # 4 4 additions or other changes in the configuration or structure of the offeror’s teams or members of the offeror’s team. (k) Final negotiations and letting the contract. The Committee shall rank the technical proposals, open and consider the pricing proposals submitted by each offeror. Award shall be made or recommended for award through the Augusta, Georgia Administrator, to the most responsible and responsive offeror whose proposal is determined to be the most advantageous to Augusta, Georgia, taking into consideration price and the evaluation factors set forth in the request for proposals. No other factors or criteria shall be used in the evaluation. The contract file shall contain a written report of the basis on which the award is made/recommended. The contract shall be awarded or let in accordance with the procedures set forth in this Section and the other applicable sections of this chapter. Attachment number 8 \nPage 4 of 4 Item # 4 Engineering Services Committee Meeting 8/31/2021 1:20 PM Award Bid Item 20-238 for the Purchase of Three New Pumps for the Second Street Lift Station Department:Utilities Presenter:Wes Byne Caption:Award Bid Item 20-238 for the Purchase of Three New Pumps for the Second Street Lift Station. Background:The Second Street Lift Station is one of the largest pumping stations in our wastewater collection system. Some of the pumping equipment has reached the end of its useful life and is due for replacement. The Utilities Department worked with the Procurement Department to request bids for replacement pumping equipment. We received one bid in response to the advertisement which meets all of our requirements for this application. Analysis:We have reviewed the bid submitted by WC Equipment Sales, Inc. and found that it meets all of our requirements. AUD was able to negotiate the price to $197,670.00 to meet the department budget by decreasing the lengths of the pumps. Instead of 20 feet long, the length of the pumps were decreased to 17 feet long. We recommend awarding bid item 20-238 to WC Equipment Sales, Inc. at a total cost of $197,670.00. Financial Impact:$197,670.00 from budgeted funds Alternatives:None Recommended Recommendation:Award Bid Item 20-238 to WC Equipment Sales, Inc. at a total cost of $197,670.00. Funds are Available in the Following Accounts: 506043580-5425210 Cover Memo Item # 5 REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Item # 5 Invitation to Bid Sealed bids will be received at this office until Monday, September 21, 2020 @ 11:00 a.m. for furnishing for Augusta, GA Meeting ID: 991 7438 7220 Passcode: 656012 Bid Item #20-238 Pumps for the 2nd Street Lift Station for Augusta, GA – Utilities Department Bids will be received by Augusta, GA Commission hereinafter referred to as the OWNER at the offices of: Geri A. Sams, Director Augusta Procurement Department 535 Telfair Street - Room 605 Augusta, Georgia 30901 Bid documents may be viewed on the Augusta, Georgia web site under the Procurement Department ARCbid. Bid documents may Documents may be examined during regular business hours at the offices of Augusta, GA Procurement Department (706-821-2422). All questions must be submitted in writing by fax to 706 821-2811 or by email to procbidandcontract@augustaga.gov to the office of the Procurement Department by Friday, September 4, 2020 @ 5:00 P.M. No bid will be accepted by fax, all must be received by mail or hand delivered. No bids may be withdrawn for a period of ninety (90) days after bids have been opened, pending the execution of contract with the successful bidder. Invitation for bids and specifications. An invitation for bids shall be issued by the Procurement Office and shall include specifications prepared in accordance with Article 4 (Product Specifications), and all contractual terms and conditions, applicable to the procurement. All specific requirements contained in the invitation to bid including, but not limited to, the number of copies needed, the timing of the submission, the required financial data, and any other requirements designated by the Procurement Department are considered material conditions of the bid which are not waiveable or modifiable by the Procurement Director. All requests to waive or modify any such material condition shall be submitted through the Procurement Director to the appropriate committee of the Augusta, Georgia Commission for approval by the Augusta, Georgia Commission. Please mark BID number on the outside of the envelope. Bidders are cautioned that acquisition of BID documents through any source other than the office of the Procurement Department is not advisable. Acquisition of BID documents from unauthorized sources placed the bidder at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. Correspondence must be submitted via mail, fax or email as follows: Augusta Procurement Department Attn: Geri A. Sams, Director of Procurement 535 Telfair Street, Room 605 Augusta, GA 30901 Fax: 706-821-2811 or Email: procbidandcontract@augustaga.gov No bid will be accepted by fax, all must be received by mail or hand delivered. GERI A. SAMS, Procurement Director Publish: Augusta Chronicle August 13, 20, 27, September 3, 2020 Metro Courier August 13, 2020 Attachment number 1 \nPage 1 of 1 Item # 5 OFFICIAL VENDORS Attachment "B"E-Verify #SAVE Form Price Make/Model Delivery Time WC EQUIPMENT SALES 4324 BROGDON EXCHANGE SUWANEE, GA 30024 Yes Yes Yes $211,500.00 Vaughan Chopper V110R-160 14-16 Weeks Bid Item #20-238 Pumps for the 2nd Street Lift Station for Augusta, GA Utilities Department Bid Date: Monday, September 21, 2020 @ 11:00 a.m. Total Number Specifications Mailed Out: 15 Total Number Specifications Download (Demandstar): 3 Total Electronic Notifications (Demandstar): 53 Georgia Procurement Registry: 156 Total packages submitted: 1 Total Noncompliant: 0 Page 1 of 1 Attachment number 2 \nPage 1 of 1 Item # 5 Attachment number 3 \nPage 1 of 1 Item # 5 Attachment number 4 \nPage 1 of 10 Item # 5 Attachment number 4 \nPage 2 of 10 Item # 5 Attachment number 4 \nPage 3 of 10 Item # 5 Attachment number 4 \nPage 4 of 10 Item # 5 Attachment number 4 \nPage 5 of 10 Item # 5 Attachment number 4 \nPage 6 of 10 Item # 5 Attachment number 4 \nPage 7 of 10 Item # 5 Attachment number 4 \nPage 8 of 10 Item # 5 Attachment number 4 \nPage 9 of 10 Item # 5 Attachment number 4 \nPage 10 of 10 Item # 5 Attachment number 5 \nPage 1 of 4 Item # 5 Attachment number 5 \nPage 2 of 4 Item # 5 Attachment number 5 \nPage 3 of 4 Item # 5 Attachment number 5 \nPage 4 of 4 Item # 5 Engineering Services Committee Meeting 8/31/2021 1:20 PM COVID-19 Service Cost Renumeration by using the CNG ORION / Metropolitan Waste Department:Augusta Commissioner Presenter:Commissioner Brandon Garrett Caption:Approve request for Facility Construction Credits and discussion of the remaining 2-year Contract Extension with ORION / Metropolitan Waste. (Requested by Commissioner Brandon Garrett) Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Cover Memo Item # 6 12600 Automobile Blvd. Clearwater, FL 33762 WWW.ORIONWASTE.COM August 23rd, 2021 City of Augusta / Richmond County Board of Commissioners 535 Telfair Street Augusta, GA. 30901 RE: Letter sent to ARC Staff - Request for COVID-19 Service Cost Renumeration, Remaining 2- year Contract Extension and Performance Bond Adjustment – ORION / Metropolitan Commissioners, I appreciate the time you are allowing us to present our requests before you that ORION Waste and Metropolitan Waste (Metro) has previously submitted in regards to the unprecedented event called the Covid 19 pandemic. These requests are outlined in brief below with the supporting detail in the attached document dated August 4th , 2021, to the Environmental Services Director, which is a follow-up communication from May 17th , 2021, meeting with the City Administrator, the previous ES Director and Commissioner Garrett. Covid 19 Renumeration Relief – (Item #1 on the attached document) Request: That the Commission approves the deferment of the last four CNG Construction Credits to offset the additional Covid19 expenses for the time period of April 1st, 2020 to April 30th, 2021 to Orion. Final Contract Extension Request - (Item #2 on the attached document) Request: That the Commission approves the remaining 2-year contract extension for Collection Zones 2 and 3 that is served by Orion and Metropolitan. It is our request that you consider these items favorably and thank you in advance for your consideration. Please reach out to either one of us for any comments or questions. Sincerely, Brad Avery Mr. James Brown, CEO VP - Business Development Metropolitan Waste Orion Waste Solutions 706-83-1010 813-489-9370 Attachment number 1 \nPage 1 of 1 Item # 6 Engineering Services Committee Meeting 8/31/2021 1:20 PM Deans Bridge Road MSW Landfill Phase 2C Final Closure Cover Project Department:Engineering Dept. Presenter:Hammed Malik Caption:Approve funding for Professional Consultant Services Supplemental Agreement one (SA1) to SCS Engineers and Atlas in the amount of $399,909.00 and $54,000.00 respectively for Deans Bridge Road Solid Waste Facility Phase 2C Final Closure System and Cover Project Permit required Construction Quality Assurance & Certification Services, and Construction Phase Design Services to be funded through the Solid Waste Facility Fund 541044210 1232120 . Request by AED. RFP 20-146. Background:MSW facility regulatory permit requires installation of final closure cover once the last load of waste is accepted at the facility. Deans Bridge Road Facility (Facility) is permitted in various phases and Final Closure Cover completion is regulated accordingly. The Facility is under Georgia Environmental Protection Division (EPD) consent order to complete closure construction and closure certification. Augusta Commission on 7/1/2021 award construction awarded construction contract and the Facility issued Notice to Proceed (NTP) on July 27, 2021. Accordingly, contracted commenced initial construction activities. Construction Phase of Closure Cover require construction quality observation and testing (CQA), and design related coordination, resolution of constructability conflicts, review of contractor construction documents submittals, request for field information that warrants CQA professional services and design engineer services . Analysis:On July 1, 20021, commission approved award of the Facility Closure Construction contract. Atlas is Engineering Design Firm of record for this project and providing professional services along with SCS Engineers to the Facility under RFP 20-146. This supplemental agreement covers services during construction phase for contractor request for field information, design conflicts assessment & resolution, field engineering, Cover Memo Item # 7 construction CQA, and attending construction progress meetings. Financial Impact:Funds are available in the Waste Management Fund Balance - 541-00-0000/1336110 Alternatives:No alternative proposed. This approval is critical to keep the Facility in compliance with its Solid Waste Permit. Recommendation:Approve funding for Professional Consultant Services Supplemental Agreement one to SCS Engineers and Atlas in the amount of $399,909.00 and $54,000.00 respectively for Deans Bridge Road Solid Waste Facility Phase 2C Final Closure System and Cover Project Permit required Construction Quality Assurance & Certification Services, and Construction Phase Design Services to be funded through the Solid Waste Facility Fund 541044210 1232120 . Request by AED. RFP 20-146 Funds are Available in the Following Accounts: ($400,000) Waste Management Fund Balance 541-00- 0000/1336110 ($100,000) Waste Management Fund balance 541-00-0000/1336110 REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Item # 7 3922 Coconut Palm Drive, Suite 102, Tampa, FL 33619 | 813-621-0080 | Fax 813-623-6757 Environmental Consultants & Contractors July 26, 2021 File No. 090607221 Mr. Hameed Malik, Ph.D., P.E. Director Engineering Augusta Engineering Department 425 Walker St., Suite 110 Augusta, GA 30901 Subject: Proposal for Construction Management, CQA, and Certification Services Phase 2C Final Closure Construction Deans Bridge Road Landfill, Environmental Services Department Blythe, Georgia Dear Dr. Malik: As a client-focused firm with extensive solid-waste design and construction experience, and based on our site-specific experience with Augusta Environmental Services Department (ESD), SCS Engineers (SCS) understands you require a highly qualified engineering firm to provide construction oversight and certification services for the final closure construction of Phase 2C Deans Bridge Road Landfill (Project) located in Blythe, Georgia. SCS is providing this letter proposal in response to your email request received on June 15, 2021, and is based on details of the Project received in subsequent emails and meetings. SCS understands all of the requirements for an efficient and successful Project. This Project will require a firm that has strong technical as well as logistical and organization capabilities. We can confidently support you with construction / project management, construction quality assurance (CQA) field and laboratory work (soil/geosynthetic sampling, analytical and testing) and construction certification services as required for the successful and timely construction of the Project. In addition, a final report as required by Georgia Department of Natural Resources Environmental Protection Division (GA EPD) signed and sealed by a Georgia Registered Professional Engineer will be submitted to Augusta ESD within 10 days of completion of all construction activities. Below is SCS’s proposed scope of work, assumptions, and estimated fees for the Project. SCOPE OF WORK Task 1 – Construction / Project Management Services SCS will provide limited construction / project management services associated with the CQA work. The services will include the following: Conduct / attend a project kick-off meeting at the beginning of construction. Conduct an additional kick-off meeting with the liner crew at the beginning of geosynthetics liner work for the Project. Conduct bi-weekly construction progress meetings with field personnel and Contractor via video conference. Provide routine progress updates via email. Review the quality control documents provided by the geosynthetic manufacturers. Attachment number 1 \nPage 1 of 12 Item # 7 Mr. Hameed Malik, Ph.D., P.E. July 26, 2021 Page 2 Review the conformance test results to confirm materials meet the Technical Specifications. Review the soil laboratory results for conformance with the Technical Specifications. Coordinate with the design engineer on any field changes / requests for information (RFI) provided by the Contractor. Review construction schedule and monitor Contractor’s progress. Review and approve schedule of values, review Contractor pay applications, review monthly status of as-recorded drawings, make recommendations to Augusta ESD with respect to the applications for payment, and review change orders, as needed. These services will be provided on a time and material basis as provided in the budget estimate included with this proposal and actual effort may vary based on the RFIs / field changes /clarifications during construction. It is assumed that response to design clarifications and RFIs, review of any submittals above those identified in this scope will be the responsibility of the design engineer for the Project. Task 2 – Field and Laboratory CQA Services Task 2A Field CQA Services Following the Technical Specifications provided to SCS by Augusta ESD, SCS will conduct the following construction observation and CQA activities as part of the on-site CQA monitoring services. It is assumed that a total of 46 weeks of full-time construction observation and limited part-time observation as described below, will be performed by SCS. Provide one full-time CQA technician onsite for 5 days a week, up to 10 hours per day (total up to 50 hours per week) for 28 weeks during structural fill, compacted soil liner, and vegetative cover soils placement within the closure footprint by the Contractor per the schedule provided to SCS by Augusta. Provide one full-time CQA technician onsite for 6 days a week, up to 10 hours per day (total up to 60 hours per week) for 18 weeks during geosynthetics installation by the Contractor per the schedule provided to SCS by Augusta. Provide part-time observation (individual 8-hour days on site, as needed) during miscellaneous activities such as erosion and sediment control installation, stripping and stockpiling of existing vegetative soils, hauling / stockpiling of structural fill from the borrow source, clean-up/closeout, etc. Monitor grading or cut/fill operations in the closure area. Monitor construction and perform field testing as required by the Technical Specifications (compaction, moisture content, etc.). Collect soil samples and ship samples to the soil testing laboratory. Document locations and results of compaction tests. Identify failed/passed areas and coordinating with the Contractor for the repair of the failed areas. Coordinate with the Contractor for the repair of the substandard areas based on soil laboratory testing results. Perform inventory of geosynthetic rolls delivered to the site. Observe, log, and track materials and quantities delivered and installed (geomembrane, geotextile, etc.), if/when present on site during delivery. Attachment number 1 \nPage 2 of 12 Item # 7 Mr. Hameed Malik, Ph.D., P.E. July 26, 2021 Page 3 Observe condition of erosion and sediment control BMPs installed by the Contractor after rain events, if/when present on site, and communicate any deficiencies to the Contractor and Augusta ESD. Review materials delivered to the site for damage and ensure they are properly stored. Document installation of geomembrane panels. Monitor and document trial seam tests. Monitor and document air-pressure and vacuum tests. Mark destructive samples and ship samples to the geosynthetic testing laboratory. Review destructive test results, identify failed/passed areas and coordinate with the installer for repair of the failed areas. Observed installation of stormwater control systems, including berms, gravel, downdrain pipes, manholes, and other structures. Provide notifications of unacceptable work to Augusta and the Contractor. Prepare daily logs of construction activities. Conduct substantial and final completion walk-throughs. Construction CQA team members proposed for the Project include: Construction Manager: Shashank Patel has over 4 years experience in construction management, estimating, scheduling, and design of landfill systems. CQA Certifying Engineer: Sowmya Bulusu, P.E. has over 15 years of experience providing design and construction management for landfills. CQA Site Manager: David Behnke has over 25 years of experience in the Environmental Industry performing the duties and responsibilities of Construction Quality Assurance, Construction Manager, Resident Engineer, Site Safety and Health Coordinator, USEPA Oversight Official, O&M Technician, Field Team Leader, and Environmental Field Sampling Team Member. SCS has supplemental field personnel that could provide additional assistance for the Project, if necessary, such as Keith VanGennip, who has over 30 years of experience and has provided CQA services during installation for almost 50 million square feet of geosynthetics; John Jones, who has over 35 years of experience and has provided CQA services during installation for over 90 landfills, has installed more than 140 million square feet of geosynthetics; and Donovan Dickey has over 6 years of experience in landfill cell design and construction CQA. Task 2B – Soils and Geosynthetics Laboratory Testing SCS will perform earthwork and materials testing, and geosynthetics conformance testing in general accordance with the Technical Specifications for the Project provided by Augusta ESD. The estimated cost for laboratory testing to be conducted is provided by SCS in Task 2B - Tables 1 and 2. Task 3 - Certification of Construction Completion Report Upon completion of the Project, SCS will compile the documentation from the field CQA monitoring and testing into a Certification of Construction Completion Report (Report) for submission to GA EPD. The Report will include: A narrative describing the scope of work and field activities. The results of field and laboratory testing, daily field reports, variances from the specifications, if any, and other pertinent correspondence. Attachment number 1 \nPage 3 of 12 Item # 7 Mr. Hameed Malik, Ph.D., P.E. July 26, 2021 Page 4 As-built surveys / Record drawings for compacted soil, geosynthetics, and final cover surfaces (prepared by surveyor contracted directly by Augusta ESD). A hand-drawn geomembrane panel layout sketch that identifies panels, major repairs (if any) and panel intersections A certification statement by the Certifying Engineer that the project was completed in accordance with the Project Technical Specifications. Two (2) copies of the final report will be submitted to the Augusta ESD within 10 days of completion of all activities that required CQA services and receiving the as-built surveys for the Project. The final Report will be submitted to GA EPD within 7 days following receipt of the review comments from Augusta ESD. The Report will be signed and sealed by Ms. Sowmya Bulusu, a professional engineer registered in the State of Georgia. ASSUMPTIONS The following assumptions were made in preparation of this proposal: SCS will provide limited management and oversight of construction services related to the CQA scope of this proposal on a time and material basis. It is assumed the design engineer will be responsible for responses to RFIs and design clarifications and review of submittals beyond the CQA data from the Contractor and laboratory. The budget under Task 1 assumes the Certifying Engineer will visit the site six (6) times during construction and the Construction Manager will visit the site six (6) times during construction (assumed to coincide with bi-weekly progress meetings on site). Work will be performed on a weekly CQA rate provided for an assumed full-time construction observation duration of 46 weeks, based on the schedule provided by the Contractor and shared by Augusta ESD via email on July 19, 2021. It is assumed construction will follow a schedule of 5 days per week for a total of up to 50 hours per week during soils work (estimated for 28 weeks) and 6 days per week for a total of up to 60 hours per week during geosynthetics work (estimated for 18 weeks). We assume full-time construction observation will not be provided during activities such as mobilization / staging, erosion and sediment control installation, stripping and stockpiling of existing vegetative soils, clean-up/closeout, etc. A total of 7 individual day-trips (up to 8-hour per day on site) are assumed in the budget to provide part-time observation / documentation of progress during these activities and to observe / collect sample for structural fill material hauled from the borrow pit. For construction hours or weeks in excess of the above noted assumptions, observation support will be performed on a time-and-materials basis using the CQA technician unit rate provided in this proposal. The budget assumes one CQA technician for the duration of the Project, and one construction crew on site. If additional CQA technician(s) is/are needed due to multiple Contractor crews on site, we will discuss with Augusta ESD and request additional budget for the duration the additional technician is needed. SCS assumes for the activities needing full time CQA, the Contractor will be on site to work continuously and will not have multiple starts and stops to the construction schedule requiring the CQA technician to also mobilize/demobilize. Construction and CQA services will occur according to the assumptions identified by SCS within Task 2 above. If extended construction time is required, then additional costs will be incurred and SCS will submit a separate proposal addressing those costs. Attachment number 1 \nPage 4 of 12 Item # 7 Mr. Hameed Malik, Ph.D., P.E. July 26, 2021 Page 5 SCS will be provided with a secure area to store field equipment (i.e. nuclear density gauge) and prepare daily reports. SCS will be provided with access rest rooms, etc. SCS will perform earthwork and materials testing in general accordance with the Technical Specifications included in the RFP advertised by Augusta and provided to SCS. Soil and Geosynthetics CQA Laboratory Testing: – SCS was not provided quantities for laboratory and field testing by Augusta ESD or the design engineer. Testing quantities were estimated based on the material quantities provided in the Contractor Bid Tabulation Form and testing frequency provided in the Technical Specifications provided included in the RFP. Assumed test quantities, unit rates, and costs included in this provided are provided in Task 2B – Table 1 and Task 2B Table 2. – Based on the rate of testing required, SCS estimated the total number of tests that would be required. If additional testing is required beyond the estimated amount or type of test provided we will give you notice in advance of the additional costs that would be incurred. If the testing fees indicated are not all used, Augusta ESD be charged for only the tests performed. – The soils testing laboratory will be GeoTesting Express, and the geosynthetics conformance testing laboratory will be Geotechnics. – The cost for shipping of geosynthetic samples include shipping destructive test samples from the landfill to Geotechnics is based on one sample for every 500 linear feet of seaming. Shipping costs for destructive testing during installation has been estimated by SCS in the proposal. – Permeability testing (borrow source or in-place) for 12” liner base is not included in this proposal based on the design construction drawings by Atlas. – We assume that all soil material will be obtained from a single borrow source and no changes in material are anticipated. – Field compaction testing will be conducted at a frequency of 1 per 40,000 SF per lift according to the Technical Specifications. – Any additional laboratory testing beyond what is identified in Task 2B Tables 1 and 2 will be performed at the rates provided in this proposal. – Liner is assumed to be 50-mil LLDPE geomembrane material. – Number of rolls of geomembrane material was calculated based on a standard roll width x length of 22.3 ft x 540 ft. – No conformance material testing has been assumed for geotextile material based on the Technical Specifications. Laboratory testing budget does not include sample collection or testing of concrete since the volume and method / schedule for concrete pouring was not clear. This can be provided, if needed, based on the Contractor’s schedule. All documents will be prepared and provided to SCS by Augusta ESD, both in hard copy and electronic format (AutoCAD and pdf files). No permit applications, fees, or submittals will be required by SCS. No NPDES stormwater permitting, sampling or monitoring is assumed to be provided by SCS. All documents submitted to Augusta ESD will be transmitted electronically, time and expenses related to providing hard copies is not included in the budget. Augusta ESD or the Contractor will be directly contracting and paying a third party to provide surveying services to verify grades. Attachment number 1 \nPage 5 of 12 Item # 7 Mr. Hameed Malik, Ph.D., P.E. July 26, 2021 Page 6 FEE ESTIMATE SCS will perform the scope of services described in the above scope and assumptions as detailed below. Additional work will be performed on a time-and-materials basis using the unit rates included in the MSA between Waste Management and SCS during the year that work is completed. All labor and expense charges will be invoiced on a monthly basis. Task Fee Basis Task 1 – Construction / Project Management Services $50,392 Time and Materials (See Task 1 Table) Task 2A – Field CQA Services $304,650 Daily / Weekly Rate (See Task 2A Table) Task 2B – CQA Laboratory Testing $37,317 Time and Materials (See Task 2B Tables) Task 4 – Certification of Construction Completion Report $7,550 Lump Sum Total Budget Estimate: $399,909 For construction hours or weeks in excess of the assumptions / estimates above, Tasks 1 and 3 services will be provided on a time-and-materials basis using the hourly rates in the Consultant Services Agreement between Augusta, GA and SCS Engineers (dated October 20, 2020), Task 2A Field CQA services will be performed at the provided daily / weekly rates, or a CQA technician rate of $105 per hour as applicable, and Task 2B Laboratory Testing services as per the unit rates provided in the Task 2B Tables. To authorize SCS Engineers to perform the services described in this proposal, please sign the attached Work Order for professional services and return one copy to us. We appreciate the opportunity to provide a proposal and look forward to serving as your consultant for this Project. If you have any questions regarding the information contained herein, or if we can be of additional service, please contact the undersigned at (404) 615-6746. Sincerely, Sowmya Bulusu, P.E. Shane Fischer, P.E. Project Director Vice President SCS Engineers SCS Engineers Attachment number 1 \nPage 6 of 12 Item # 7 Mr. Hameed Malik, Ph.D., P.E. July 26, 2021 Page 7 Encl.: Task 1 – Fee Estimate CM / PM Services Estimate Task 2A – Field CQA Services Assumed Schedule and Budget Estimate Task 2B – Tables 1 and 2 Laboratory Testing Estimated Attachment A – Work Order No. 09 Attachment number 1 \nPage 7 of 12 Item # 7 SCS Engineers 3175 Satellite Blvd, Bldg 600, Ste 100Duluth, GA 30096 TASK 1 - FEE ESTIMATE Phase 2C Closure CM/CQA Project Deans Bridge Road Landfill Augusta ESD Tasks (Hours)Total Rate Total Personnel 1 4 (hours) ($) ($) Personnel Principal / Team Lead 2.0 1.0 0.0 3.0 206 618 Principal / Team Lead Project Manager / Project Lead Professional 0.0 0.0 0.0 0.0 168 0 Project Manager / Project Lead Pro Senior Engineer, PE (GA) 62.0 4.0 0.0 66.0 175 11,550 Senior Engineer, PE (GA) Senior Geologist, PG (GA) 0.0 0.0 0.0 0.0 206 0 Senior Geologist, PG (GA) Project Engineer 120.0 14.0 0.0 134.0 140 18,760 Project Engineer Project Geologist 0.0 0.0 0.0 0.0 140 0 Project Geologist Senior Staff / Design Engineer 183.0 30.0 0.0 213.0 110 23,430 Senior Staff / Design Engineer Senior Staff Geologist 0.0 0.0 0.0 0.0 110 0 Senior Staff Geologist Staff / Design Engineer 0.0 0.0 0.0 0.0 95 0 Staff / Design Engineer Staff Geologist 0.0 0.0 0.0 0.0 95 0 Staff Geologist Senior Field Technician 0.0 0.0 0.0 0.0 115 0 Senior Field Technician Senior Environmental Field Technician 0.0 0.0 0.0 0.0 135 0 Senior Environmental Field Techni QA/QC Engineer 0.0 0.0 0.0 0.0 112 Administrator Assistant / Admin Support 0.0 6.0 0.0 6.0 64 Survey Crew (two-man crew and PLS) 0.0 0.0 0.0 0.0 1200 Associate 0.0 0.0 0.0 0.0 81 CAD Drafter 0.0 0.0 0.0 0.0 81 Designer 10.0 8.0 0.0 18.0 100 1,800 Designer 00 Subtotal Labor (hours) 377.0 63.0 0.0 440.0 Subtotal Labor ($) Subtotal Labor ($) 49,192 7,350 0 56,158 Reimbursables 1,200 00 1,200 G&A, 0 percent reimbursables 0 00 00 Total Fee Estimate $50,392 $7,350 $0 $50,392 $0 Notes: Task 1 - Project / CQA Management REIMBURSABLE COSTS Page 2 Unit Cost Task (Quantity)Total Total Reimbursable ($) Unit 1 0.0 0.0 Units ($) Subconsultant 1 ls 0 0 Field Equipment Rental 1 day 0 0 Outside Lbr/Temp Svcs 1 ls 0 0 Laboratory Services 1 ls 0 0 Vehicle Mileage (Auto) 0.540 mile 0 0 Vehicle Mileage (Truck) 0.540 mile 0 0 Rental Car 70 day 0 0 Truck 100 day 12 12 1,200 Truck 1,200 mo. 0 0 Parking & Tolls 1 day 0 0 Air Fare 1 each 0 0 Meal Per Diem 36 day 0 0 Lodging, Hotel 80 day 0 0 Postage & Freight 1 ls 0 0 Reproduction Fee 1 100.00 report 0 0 Reproduction Fee 2 200.00 report 0 0 Equipment Rental 15 day 0 0 Supplies 1 each 0 0 Licenses/Permits 1 T&M 0 0 Software License 100 day 0 0 Computer (CAD) 5 hour 0 0 00 C:\Users\4311s_b\Desktop\090607221 - Augusta Phase 2C Closure CM, CQA, Cert Reprt\[Augusta phase2C CM-Cert Report_Rev.xls]Hours Attachment number 1 \nPage 8 of 12 Item # 7 SCS Engineers 3175 Satellite Blvd, Bldg 600, Ste 100 Duluth, GA 30096 Phase 2C Closure, Deans Bridge Road Landfill, Augusta ESD Task 2A – Field CQA Services Assumed Schedule and Budget Estimate No.Scheduled Closure Activities Requiring CQA (per email from Augusta on July 19, 2021) No. of Work Days per Contractor Assumed Start Date Assumed Finish Date No. of Work Days Based on Assumed Dates (5 work days per week) Proposed CQA Schedule Comments CQA Unit CQA Qty CQA Rate CQA Budget 1On site Construction Kick‐off meeting 1 na na na Part‐Time ‐ 1 day for kick off meeting and related work ‐ Assumed 8‐hr day on site and includes expenses Per Day‐Trip 1 1,550.00$ 1,550.00$ 2 Mid‐August to Late September 2021: Strip existing vegetative cover to stockpile; Grab soil samples from existing borrow pit for structural fill and compacted liner base: 5 Days. 516‐Aug‐21 27‐Sep‐21 na Part‐Time ‐ 5 day trips (1 day per week for 5 weeks) ‐ Assumed 8‐hr day on site and includes expenses Per Day‐Trip 5 1,550.00$ 7,750.00$ 3 Late September to Late October: Excavate/Haul/Place Structural Fill and Grade closure footprint: 20 Days. 20 27‐Sep‐21 25‐Oct‐21 20 Full‐Time (50 hrs per week) ‐ 4 weeks Weekly 4 5,980.00$ 23,920.00$ 4 Early October to Early November: Install Geocomposite LFG Collection Strips and Well Penetration Pipe boots: 20 Days. 20 4‐Oct‐21 8‐Nov‐21 25 Full‐Time (50 hrs per week) ‐ Overlaps 3 weeks with Activity # 3 ‐ Therefore 2 weeks of CQA ‐ Assumed Dates / timeline adds up to more than the 20 days ‐ contractor may have added some cushion Weekly 2 5,980.00$ 11,960.00$ 5 Early November 2021 to late February 2022: Excavate/Haul/Place 12” Compacted Soil Liner Base: 60 Days. 60 8‐Nov‐21 21‐Feb‐22 75 Full‐Time (50 hrs per week) ‐ Assumed Dates / timeline adds up to more than the 60 days ‐ contractor may have added some cushion ‐ Assumed 13 weeks of CQA (through early Feb) Weekly 13 5,980.00$ 77,740.00$ 6 Early February 2022 to Mid‐June 2022: Install 50 Mil Supergipnet Liner, Geotextiles, Pipe Boots: 80 Days. 80 7‐Feb‐22 13‐Jun‐22 90 Full‐Time (60 hrs per week) ‐ Assumed Dates / timeline adds up to more than the 80 days ‐ contractor may have added some cushion ‐ Overlaps 2 weeks with Activity # 5 Weekly 18 7,020.00$ 126,360.00$ 7 Late April 2022 to Mid‐ August 2022: Install 18” Vegetative Cover Soils and Terrace Berms: 75 Days 75 25‐Apr‐22 15‐Aug‐22 80 Full‐Time (50 hrs per week) ‐ Assumed Dates / timeline adds up to more than the 75 days ‐ contractor may have added some cushion ‐ Overlaps 7 weeks with Activity # 6 Weekly 9 5,980.00$ 53,820.00$ 8 March 2022 to July 2022: Concrete ditch lining and V‐Gutter Ditches: 35 Days 35 na na na Part‐Time ‐ No extra days / weeks assumed; ‐ Part‐time oversight of work concurrent with other activities while on site na na na na 9 Concurrent with Grading: Misc. Storm Drain Culverts 15 Days 15 na na na Part‐Time ‐ No extra days / weeks assumed; ‐ Part‐time oversight of work concurrent with other activities while on site na na na na 10 Additional Trip for completion walkthrough / closeout (per Morgan Corp Schedule Substantial Comletion is 8/26/22) 1 na na na Part‐Time ‐ 1 day trip for completion walkthrough / project closeout Per Day‐Trip 1 1,550.00$ 1,550.00$ Total Budget Estimate for Task 2A Field CQA = 304,650.00$ Summary of Assumed Schedule and Cost Estimate for CQA CQA Schedule Comments CQA Unit CQA Qty CQA Rate CQA Budget Part‐Time ‐ Day Trips for part‐time CQA activities and sample collection ‐ Assumed a total of 7 day‐trips during project ‐ Assumed 8‐hr day on site and includes expenses Per Day‐Trip 7 1,550$ 10,850.00$ Full‐Time (50 hrs per week) ‐ Full‐time CQA activities during structural fill and compacted liner base placement, and vegetative cover soil placement within closure footprint ‐ Assumed a total of 28 weeks of project requiring full time CQA (between late Sep‐21 and early Feb‐22, and late Apr to mid Aug‐22) ‐ Assumed 50‐hrs of CQA per week and one technician Week 28 5,980$ 167,440.00$ Full‐Time (60 hrs per week) ‐ Full‐time CQA activities during geosynthetics work within closure footprint ‐ Assumed a total of 18 weeks of project requiring full time CQA (early Feb to mid Jun‐22) ‐ Assumed 60‐hrs of CQA per week and one technician Week 18 7,020$ 126,360.00$ , Total = 304,650.00$ Notes: 1. See detailed assumptions and rates for additional work beyond the above provided in letter proposal. 2. Construction / Project Management, Laboratory Testing, and Certification Report services are provided separately and not included in the budget for Task 2A. 3. Schedule is estimated based on the information provided to SCS by Augusta via emails on July 19 and July 23, 2021. If schedule changes, SCS will revise the estimated budgets as needed. 4. CQA budget assumes one crew working on site. If contractor brings in additional crews, SCS will evaluate the work and discuss with Augusta if additional CQA is needed to observe and certify the activities. At t a c h m e n t n u m b e r 1 \ n P a g e 9 o f 1 2 It e m # 7 SCS Engineers 3175 Satellite Blvd, Bldg 600, Ste 100 Duluth, GA 30096 TASK 2B ‐ TABLE 1 LABORATORY SOILS TESTING CQA SERVICES PHASE 2C CLOSURE, DEANS BRIDGE ROAD LANDFILL, AUGUSTA ESD Structural Fill + Terrace Excavate, haul and place Structural Fill (in place) from onsite borrow area 14,881 CY Minimum Assumed Item ASTM Frequency Quantity Unit/Rate Cost Moisture Content D2216 1 per 10,000 cy 2 13.80$ 27.60$ Particle Size D422 1 per 10,000 cy 2 86.25$ 172.50$ Atterberg Limits D4318 1 per 10,000 cy 2 86.25$ 172.50$ Standard Proctor D698 1 per 10,000 cy or material change 2 166.75$ 371.87$ 744.47$ Compacted Liner Base (Borrow Source) Excavate, haul, and place 12" (in place) liner base from onsite borrow area 66,147 CY Minimum Assumed Item ASTM Frequency Quantity Unit/Rate Cost Moisture Content D2216 1 per 1,000 cy 66 13.80$ 912.83$ Particle Size D422 1 per 1,000 cy 66 86.25$ 5,705.18$ Atterberg Limits D4318 1 per 5,000 cy 14 86.25$ 1,207.50$ Permeability (Remodeled Sample) *D5084 1 per 10,000 cy or material change 0 373.75$ ‐$ Standard Proctor D698 1 per 5,000 cy or material change 14 166.75$ 2,334.50$ 10,160.01$ * No permeability requirement Compacted Liner Base (Undisturbed Sample) Assumed Assumed Item ASTM Frequency Quantity Unit/Rate Cost Moisture Content D2216 1/40,000Ō2/liŌ 90 13.80$ 1,242.00$ Permeability * D5084 1/40,000Ō2/liŌ 0 373.75$ ‐$ Dry Density ** D6938 1/40,000Ō2/liŌ 0 28.75$ ‐$ Atterberg Limits D4318 1/40,000Ō2/liŌ 90 86.25$ 7,762.50$ Total for Compacted Liner Base (Undisturbed Sample) 9,004.50$ * No permeability requirement ** Performed as field test Vegetative Cover and Rock Minimum Assumed Item ASTM Frequency Quantity Unit/Rate Cost Particle‐Size (Vegetatie/Erosion Layer) D422 1 per 10,000 cy or material change 4 86.25$ 371.50$ Carbonate Content D3042 1 per Source 3 402.50$ 1,207.50$ Particle‐Size C136 1 per 5,000 cy 6 86.25$ 517.50$ 2,096.50$ 21,261.01$ Total for Compacted Liner Base (Borrow Source) Total for Compacted Liner Base (Borrow Source) Total for Vegetative Cover and Rock Total for Laboratory Soils Testing Page 1 of 2 Attachment number 1 \nPage 10 of 12 Item # 7 SCS Engineers 3175 Satellite Blvd, Bldg 600, Ste 100 Duluth, GA 30096 TASK 2B ‐ TABLE 2 LABORATORY GEOSYNTHETICS TESTING CQA SERVICES LABORATORY TESTING OF GEOSYNTHETICS MATERIAL Minimum Assumed Item ASTM Frequency Quantity Unit/Rate Cost 50 MIL LLDPE supergripnet Thickness D5994 1 per 250,000 sf 8 23.00$ 184.00$ Asperity Height D7466 1 per 250,000 sf 8 25.30$ 202.40$ Density D1505 or D792 1 per 250,000 sf 8 23.00$ 184.00$ Tensile Properties D6693 1 per 250,000 sf 8 74.75$ 598.00$ Tear Resistance D1004 Die C1 per 250,000 sf 8 63.25$ 506.00$ Puncture Resistance D4833 1 per 250,000 sf 8 51.75$ 414.00$ Carbon Black Content D4218 1 per 250,000 sf 8 40.25$ 322.00$ Carbon Black Dispersion D5596 1 per 250,000 sf 8 43.70$ 349.60$ ‐‐‐‐‐‐‐‐‐‐‐‐1 ‐$ Destructive Samples D4437 or 6932 1 per 500 lf 324 $37.95 12,295.80$ ‐‐‐‐‐‐‐‐‐‐‐‐1 $1,000.00 1,000.00$ 16,055.80$ 37,316.81$ Estimated Shipping CostsConformance Estimated Shipping Costs Destructives Total for Laboratory Geosynthetics Testing Total Cost Estimate for Task 2B CQA Laboratory Testing = Page 2 of 2 Attachment number 1 \nPage 11 of 12 Item # 7 Attachment number 1 \nPage 12 of 12 Item # 7 2450 Commerce Avenue | Suite 100 Duluth, GA 30096-8910 770.263.5945 | F 770.263.0166 oneatlas.com August 9, 2021 Augusta Engineering Department 452 Walker St., Suite 110 Augusta, Georgia 30901 Attn: Dr. Hameed Malik, PhD, PE Subject: Phase IIC Closure – Construction Phase Services Dear Dr. Malik: As requested in your email of August 6, 2021, below you will find our proposal for providing typical Construction Administration costs for the closure of Phase IIC. The scope of work includes the following: review of contractor submittals, response to Requests for Information, address field conditions design conflicts, biweekly progress meetings (virtual), etc. We anticipate that this work can be accomplished using an average of 5 hours per week by the Designer of Record or his designated staff for the 14-month duration of the project (60 weeks) at a unit rate of $180 per hour per our contract for Environmental Compliance, Testing, Engineering, and Consulting for Augusta’s Environmental Services Department dated October 20, 2020. The results in a projected cost of $54,000. The cost will be billed hourly. Should the construction means and methods or other issues beyond our control result in more hours, we will request additional funding. This proposal specifically excludes CQA activities required for the construction certification required to comply with regulating authorities. Thank you for this opportunity to provide these services. Should you have any questions or require additional information, please feel free to contact me at 678.641.5246 or Russell.small@oneatlas.com. Sincerely, Russell A. Small SE Region Vertical Program Manager Attachment number 2 \nPage 1 of 1 Item # 7 Engineering Services Committee Meeting 8/31/2021 1:20 PM Engineering Services for Drainage Study, Stormwater System Assessment and Drainage Improvement Proj. – SA 1 - RFQ 19-148 Department:Engineering Dept. Presenter:Hammed Malik Caption:Approve supplemental funding (SA1) for Phase 1- Parts 2 & 3 (Preliminary and Final Design) phases for Drainage Study, Stormwater System Assessment and Drainage Improvements Engineering Services Agreement to Cranston Engineering (Cranston) in the amount of $233,940.00 for National Hills Drainage Basin as requested by the AED. RFQ 19-148 (19ENG797). Background:Stormwater conveyance concerns are wide spread and particularly in older developed areas. The objective of Drainage Improvements projects in area experiencing localized flooding is to provide infrastructure improvements that mitigate the flooding conditions in these areas. Frequent, severe flooding creates threatening and hazardous conditions for residents of the area, impact local commercial operation and businesses. Contributing factors to the flooding conditions include undersized drainage conveyance system, limited or no roadside curbing, restricted access for system maintenance and deficient integrated storm conveyance system. The overall need for this project is to upgrade the infrastructure system within the designated area including roadway improvements, resurfacing, or both, adding of curbs, gutters, sidewalks, and drainage improvements. On May 7, 2019 Commission approved award of Engineering Services for Drainage Study, Stormwater System Assessment and Drainage Improvement Projects Engineering Services Agreement to four qualified firms including Cranston. W ork is released as Phased Task Order. Part 1 assessment is complete and project is ready for next phases. Analysis:Project is under design. On September 18, 2019, Augusta Commission approved funding for Phase1-assessment phase tasks. Drainage assessment is completed and project Phase 1 is ready for Preliminary and Final Design phases. Due to funding Cover Memo Item # 8 limitations, a phased approach is adopted to complete intended improvements design. Financial Impact:Stormwater Utility Funds. Alternatives:1). Do not approve and abandoned the project. Recommendation:Approve supplemental funding (SA1) for Phase 1- Parts 2 & 3 (Preliminary and Final Design) phases for Drainage Study, Stormwater System Assessment and Drainage Improvements Engineering Services Agreement to Cranston Engineering (Cranston) in the amount of $233,940.00 for National Hills Drainage Basin as requested by the AED. RFQ 19-148. Funds are Available in the Following Accounts: ($233,940) 581-044320-52.11120 - Stormwater Utility Funds REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Item # 8 Autusta-Richmond County, Georgia cpB#s81_044320_521211s CAPITAI. PROJECT SUDGET STORMWATER UTltlTY Program (Cranston) SUPPI.EMENTAI. AGREEMENT NUMBER ONE RFq 19-148 BE lT ORDAINED bythe Comm ission-Council of Augusta-Richmond County, Georgia that the following Capital Project Budget is hereby adopted: Section 1: This project is authorized to CPB#58t-044320-52t21,15 Supplemental Agreement Number One to Cranston Engineering in the amount of S233,940.00 for the Stormwater Drainage Study project. This request is for Task Order One for Phase I - Parts 2 & 3 (Preliminary and Final Design) phases for Drainage Study, Stormwater System Assessment and Drainage lmprovements, Funding is available through Stormwater Utility Program. Section 2: The following revenues are anticipated to be available to the Consolidated Government to complete the project. Stormwater Utility Program Stormwater Utility Program Section 3: Copies of this Capital Project Budget shall be made available to the Comptroller for direction in carrying out this project, Adopted this day of Approved Honorable Hardie Davis, Jr., Mayor S 112,3s5S 233,940 S 346,29s 1 ol2 5.1.2020 Item # 8 SOURCE OF FUNDS Stormwater Utility 58-044320-5212115 S112,3ss 5233,940 S345,29s TOTAT SOURCES:Su2,3ss 5233,940 9346,29s USE OF FUNDS ENGINEERING 581-044320-s21211s (S11s,3ss) (s233,940) (S349,29s) AuSusta-Richmond County, Georgia TOTAL USES: cPBf 581-044320-5212115 CAPITAT PRO.,ECT BUDGET CPBAMOUNT ADDITION NEWCPg REQUEST EP8 (su5,3ssl (s233,9401 (S349,29s) 2ot2 5.1.2020 Item # 8 Augusta Richmond CounW Proiect Number(s):s81-044320-52L21L5 Supplemental Agreement Number:1 Purchase Order Number:19ENG797 AUGUSTA.RICH MOND COUNTY AUGUSTA, GA ENGINEERING DEPARTMENT SUPPLEMENTAL AGREEMENT WHEREAS, We, Cranston Engineering, Consultant, entered into a contract with Augusta-Richmond County on September 77,2OL9, for Engineering Design Services associated with the Stormwater System Assessment WHEREAS, certain revisions to the design requested by Augusta-Richmond County are not covered by the scope of the original contract, we desire to submit the following Supplemental Agreement to-wit: Additional services for Phase l- parts 2 & 3 (Preliminary and Final Design) phases for Drainage Study, stormwater system Assessment and Drainage !mprovements It is agreed that as a result of the above described modification the contract amount is increased by s233.940.00 from $112,355.00 to a new total of 5346,295.00. Any modifications to submittal dates shall be as identified in the attached proposal. This agreement in no way modifies or changes the original contract of which it becomes a part, except as specifically stated herein. NOW, THEREFORE, W€, Constantine Engineering, Consultant, hereby agree to said Supplemental Agreement consisting of the above-mentioned items and prices, and agree that this Supplemental Agreement is hereby made a part of the original contract to be performed under the specifications thereof, and that the original contract is in full force and effect, except insofar as it might be modified by this Supplemental Agreement. RECOMMEND FOR APPROVAI: CITY OF AUGUSTA-RICHMOND COUNTY CONSTANTINE ENGINEERING AUGUSTA, GEORGIA Hardie Davis, Jr., Mayor Approved: Date ATTEST: Title: Approved: Date ATTEST: IATTACHED CORPORATE SEALI (SA0l) - For changes greater than $20,000) Title: Attachment number 2 \nPage 1 of 1 Item # 8 August 6, 2021 Hameed Malik, Ph.D., P.E. Director of Engineering Augusta Engineering Department 452 Walker St. Suite 110 Augusta, GA 30901 Re: National Hills Drainage Improvements (Phase 1 – Parts 2 & 3), Hydraulic Modelling and Improvement Design of Priority Areas Our File No. 2019-0333 Dr. Malik: In accordance with your request, we are pleased to submit a proposal for providing professional services in association with the National Hills Drainage Improvements Project (Phase 1 – Parts 2 & 3) located in Augusta, Georgia. This proposal covers the scope as we understand it provided by The City of Augusta, Georgia henceforth referred to as the City and the Augusta Engineering Department (AED). The Phase I – Parts 2 & 3 scope and tasks described herein reference meetings and discussions with City staff during the past few months. PROJECT DESCRIPTION: The intent of this project is to conduct subsequent hydraulic modelling of “priority areas” as described in the previous National Hills Drainage Improvement Study – Project (Phase I) as outlined in our proposal dated August 23, 2019. The hydraulic modelling will be used to develop options for potential improvements which will subsequently be provided to the City in the form of a report to assist with decision making for implementing actionable infrastructure improvements. This project is intended to include stormwater infrastructure improvements to portions of the following City streets: Apricot Lane, Azalea Drive, Beverly Drive, Brookwood Drive, Century Glen Road, Dan Street, Eisenhower Court North, Eisenhower Court South, Eisenhower Drive, Fleetwood Drive, Glenwood Drive, Magnolia Drive, Mersac Court, National Woods Drive, Northwood Road, Oakdale Road, River Ridge Drive, Smith Creek Road, Smith Street, Springwood Court West, Springwood Drive, Summertime Place, and Wood Valley Road. Attachment number 3 \nPage 1 of 7 Item # 8 Dr. Malik, Ph.D.,P.E. 2019-0333 August 6, 2021 National Hill Drainage Improvements Page 2 of 7 Phase I – Parts 2&3 SCOPE OF WORK: BASIC SERVICES Work under this proposal involves field investigations, review of existing documentation, incorporation of the recently acquired GIS data from our previous project to provide the background data necessary to perform the drainage system analysis and hydraulic modelling for the priority areas. Utilizing this data, we will provide a capacity analysis of the existing system, analyze various storm event scenarios, complete a cost benefit analysis for the proposed alternative options in the priority areas. We will then review options with you and develop construction plans to support the improvements. 1. Survey & Utility Locate Services Perform a topographic/feature Survey of the proposed improvement area as indicated on Exhibit 1. The contour interval will be two feet and will be based upon the North American Vertical Datum of 1988, commonly called Mean Sea Level. The horizontal datum will be the Georgia State Plane Coordinate System, East Zone (North American Datum of 1983). 2. Site Assessment Some supplemental site assessment is anticipated to ground truth existing conditions that may have an impact on the development of the hydraulic modelling and options analysis. The prior drainage study did not include condition assessment of the internal storm drainage pipes beyond what was visible in storm structures or outlets; therefore, an allowance has been include for pipe inspections if deemed necessary through the course of the model development to ensure an accurate reflection of existing drainage conditions. 3. Hydrologic and Hydraulic Analysis Hydrologic and Hydraulic (H&H) analysis is to be performed to develop a system model of the onsite drainage network as indicated in the priority study area. This model will be developed using a well-suited stormwater routing software (Hydraflow, PC-SWMM, etc.) to ensure compatibility with the City’s existing modeling programs. 4. Options Report & Conceptual Design An options report and conceptual design based on the findings of the stormwater network modeling and improvement scenarios will be prepared to outline alternatives with approximate cost estimates. The purpose of the report is to provide information to AED to assist with decision making on options and conceptual design. Attachment number 3 \nPage 2 of 7 Item # 8 Dr. Malik, Ph.D.,P.E. 2019-0333 August 6, 2021 National Hill Drainage Improvements Page 3 of 7 Phase I – Parts 2&3 5. Preliminary Improvements Design Prepare (50%) Civil Site Plans and documentation notes and details. Development of the preliminary site design, calculations, and associated appurtenances to include, but not necessarily limited to the following plans: cover; notes and legend; layout plan; grading and drainage; storm profiles; erosion and sediment control; and all respective civil details necessary for construction. These plans are expected to require a three-phase soil erosion and sediment control plan required under National Pollutant Discharge Elimination System (NPDES) General Permit GAR100002, for infrastructure construction projects. Site stormwater management will be designed in accordance with the applicable City, state and federal standards and regulations. Hydrologic and hydraulic calculations will be performed to ensure proper pipe sizing of stormwater infrastructure and to avoid adverse impacts on the existing systems and adjacent lands. 6. Final Improvements Design Prepare (100%) Civil Site Plans as detailed in #5 above to include revisions from review meetings with City staff and permitting agencies. These plans will facilitate the requirements for a City of Augusta Land Disturbance Permit (LDP). Final construction documents will include a set of technical specifications and an estimate of construction cost. We anticipate that there will be one public bid for this project to require one set of construction documents. 7. Permitting, Coordination and Review with Augusta Engineering Department Coordination during the course of the project and during review of the options report will be conducted with AED staff in-person, as conditions permit, via online communications (e.g., Teams, Zoom, Go-To-Meeting, etc.), email, telephone and USPS as necessary to complete the project. Once the H&H study and analysis are completed, we will schedule a meeting with you and your staff to review the draft report and proposed recommendations. Following this meeting we will incorporate any comments and recommendation decisions and finalize the report and conceptual plans. Submit documentation for Permitting to the City via ePlan web portal or through the Engineering Department. This includes revision and responses to comments from City review specific to items within the original scope of this proposal. This includes submitting three (3) sets of the approved plan documentation to the City in hardcopy form for Land Disturbance Permit issuance. Attachment number 3 \nPage 3 of 7 Item # 8 Dr. Malik, Ph.D.,P.E. 2019-0333 August 6, 2021 National Hill Drainage Improvements Page 4 of 7 Phase I – Parts 2&3 ADDITIONAL SERVICES 8. Easement Plats: (Time & Material Estimate) Following the preliminary design approval and during the final design process, we will prepare plats for acquisition of any property and/or easement that may be required for the construction of improvements outside of existing City-Owned right-of-way or existing easements. 9. Video Pipe Inspection: (Time & Material Estimate) Following the Site Assessment, locations will be identified where video pipe inspections may be needed to assess the condition of some existing storm infrastructure, if needed. The condition(s) observed will be used to determine if some existing infrastructure can be used as-is, requires repairs or replacement to achieve the overall purpose of drainage improvement. 10. Environmental Services: (Time & Material Estimate) Environmental permitting is anticipated. We propose to delineate the jurisdictional wetlands that may be impacted based upon detailed flagging of the limits in the field by our environmental consultant, and we will depict the wetlands data as an overlay to the basic topographic map. From this data we will prepare and submit applicable permitting documentation to obtain necessary environmental permits. If required, these permits may include an Environmental Protection Division (EPD) Buffer Variance and United States Army Corps of Engineers (USACE) Nationwide Permit. The fees included below do not represent performing an Individual USACE permit. 11. Bidding Assistance: (Time & Material Estimate) Assist with bid documentation and supporting specifications. Help answer RFI’s and assistance in Addenda responses. 12. Construction Phase Services: (Time and Material Estimate) Attend pre-construction meeting, contractor submittal reviews, attend bi-weekly meetings during site construction activities (26 maximum), special site inspections (8 maximum), payment application civil review, and attend final inspection and punch list walkthrough. It is anticipated that construction will take approximately 12 months. 13. NPDES Monitoring (12 Months @ $750/Month): (Time and Material Estimate) National Pollutant Discharge Elimination System (NPDES) Inspection and Sampling are anticipated for the duration of construction for this project. We proposed to provide these services in accordance with the State of Georgia Department of Natural Resources Environmental Protection Division (EPD) General Permit effective on August 1, 2018 (expiring July 31, 2023). We will provide AED with weekly NPDES inspection services (reporting included), as well as Attachment number 3 \nPage 4 of 7 Item # 8 Dr. Malik, Ph.D.,P.E. 2019-0333 August 6, 2021 National Hill Drainage Improvements Page 5 of 7 Phase I – Parts 2&3 stormwater sampling following qualifying rainfall events (0.5 inch or more). With such qualifying events, we will provide the required sampling reports to the EPD with copies to AED. The weekly reports will be submitted to the City, contractor, and any other necessary parties. We will provide these inspection, sampling, and reporting services for the fee indicated in the fee schedule on a time and material basis. ASSUMPTIONS: 1. Augusta Engineering Department will pay all fees for plan review and/or permits to be obtained from the City or other agencies, as needed, or provided as a reimbursable fee. 2. Geotechnical borings and analysis will be provided by Augusta Engineering Department in order to provide subsurface conditions and a recommendation for new pavement sections at the proposed asphalt addition locations. 3. All proposed improvements are on existing City property or within existing easements and no additional property or easement acquisitions are anticipated. Additional services are provided should easement plat work be requested. 4. The scope of work does not extend to designing such public utility services as electric, telephone, gas, or cable television. 5. One set of contract documents is anticipated. Should phasing into additional plan sets be requested then additional fees will be required. EXCLUSIONS: 1. Site layout and staking survey services. 2. The design of stormwater quality features are excluded within this scope of services. It is assumed that no additional impervious area will be created; therefore, no stormwater quality BMPs will be required to perform this design. 3. Geotechnical, Materials or other testing services not included. 4. Improvements to features outside the area as outlined on Exhibit 1. 5. Any services not expressly included in this proposal are excluded; however, any additional services may be provided on a time and material basis or as a separate agreement upon request. Attachment number 3 \nPage 5 of 7 Item # 8 Dr. Malik, Ph.D.,P.E. 2019-0333 August 6, 2021 National Hill Drainage Improvements Page 6 of 7 Phase I – Parts 2&3 FEE PROPOSAL: We propose to provide the basic surveying and engineering services for a lump sum of $233,940.00 broken down below and on the attached manhour summary: Basic Services Proposed Fee 1. Survey Services a. Topographic and Feature Survey $69,200.00 b. Utility Locate Services $10,000.00 2. Site Assessment $5,480.00 3. Hydrologic/Hydraulic Analyses $11,850.00 4. Options Report & Concept Design $14,700.00 5. Preliminary Improvements Design $49,500.00 6. Final Improvements Design $63,640.00 7. Permitting, Coordination, and Review with AED $9,470.00 Basic Services Total $233,940.00 Additional Services Proposed Fee 8. Easement Plats (T&M Estimate) $15,000.00 9. Video Pipe Inspection (T&M Estimate) $4,958.00 10. Environmental Services (T&M Estimate) $25,000.00 11. Bidding Assistance (T&M Estimate) $3,600.00 12. Construction Phase Services (T&M Estimate) $35,000.00 13. NPDES Monitoring (12 Mo. @ $750/Mo.) (T&M Estimate) $9,000.00 We would expect to submit periodic invoices as the work progresses and to receive payment within thirty (30) days thereafter. Attachment number 3 \nPage 6 of 7 Item # 8 Dr. Malik, Ph.D.,P.E. 2019-0333 August 6, 2021 National Hill Drainage Improvements Page 7 of 7 Phase I – Parts 2&3 TIME OF COMPLETION: We are prepared to begin work upon receipt of your notice to proceed and will complete items 1a, 1b, 2 within 120 days. The hydrologic and hydraulic analysis, preliminary options report and conceptual design will require an additional 90 days. Deadlines for subsequent phases will be discussed and set during periodic review meetings with AED. Permitting durations can vary by department/agency and can only be estimated. These can be discussed during the review meetings. We appreciate the opportunity to provide this proposal and stand prepared to begin work immediately upon receipt of your authorization to proceed. Please contact us at your convenience should you have any questions regarding any aspect of the scope of work or fee proposal. Sincerely, CRANSTON ENGINEERING GROUP, P.C. Mitchell B. Murchison, PE MBM/cmn enclosures ACCEPTED: AUGUSTA, GEORGIA BY: TITLE: DATE: G:\AAA-Active Jobs\2019\2019-0333_NATIONAL HILLS DRAINAGE STUDY\AB - Temporary Files\Proposals\Phase-I_Part-2+3\2019-0333_Phase-I_Part-2+3_Proposal_2021-08-06.docx Attachment number 3 \nPage 7 of 7 Item # 8 Attachment number 4 \nPage 1 of 1 Item # 8 Engineering Services Committee Meeting 8/31/2021 1:20 PM Minutes Department: Presenter: Caption:Motion to approve the minutes of the Engineering Services Committee held on August 11, 2021. Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Cover Memo Item # 9 Engineering Services Committee Meeting Commission Chamber - gllll102l ATTENDANCE: Present: Hons. Hardie Davis, Jr., Mayor; Garrett, chairman; Hasan,Vice Chairman; Johnson and McKnight, members. ENGINEERING SERVICES 1. Presentation by Mr. Woodrow Fryer regarding untimely supplies delivered. Motions $otion Motion Textr ype It was the consensus of the committee that this item be received as information without objection. 2. Storm water flooding at Fountainhead west condominiums. inadequate trash service and Item Action: Approved Made Seconded MotionBy By Result Item Action: Approved Made Seconded MotionBy By Result Motions |^;t:'" Motion rext It was the consensus of the committee that this item be received as information without objection. 3' Approve Supplement funding (SAl) for Engineering phase of Design ItemConsultant Contract to Clark Patterson Lee (CPL) in the amount of Action:$60,320.77 for the 6th Street Improvements as requested by AED. RFp 1g- Approved279. Motions Attachment number 1 \nPage 1 of 4 Item # 9 Motion Motion Text Made BY Type Seconded By Motion to ^ approve. Commissioner Commissioner Approve illf,ion passes Jordan Johnson Brandon Garrett Passes 4-0. 4. Approve Task order Three funding for Drainage System Assessment, Item Verification and Drainage Improvements Engineering Services Agreement to Action: constantine Engineerin! (constantine) in th" u-ount of $226,000.00 for Approved overton Road Diainage Subbasin as requested by the AED. RFQ 19-148. Motion Result Motions Motionrvlvrrvr' Motion TextType Motion to aoDrove.APProve rurf,iorPasses 4-0. 5. Approve Supplement funding (SA1) for Final Engineering ?hase of Design ltem Consultant Contract to Civil Services, Inc. in the amount of $113,987.12 for Action: Hightand Avenue Bridge over CSX Railroad (Bridge Repair and Restoration) Approved as requested bY AED. RFQ 19-242. Commissioner Commissioner Jordan Johnson Brandon Garrett Passes Made By Made By Seconded By Seconded BY Motion Result Motion Result 6. Discuss what needs to be done to get our city-owned properties such as Item medians, parks, public buildings, Riverwalk, and entry ways maintained to Action: highest rtunau.a. lRequested by Commissioner Brandon Garrett) None Motions Motion Motion TextType Motion to Approve il?|i,oo],'ru,r., 4-0. Motions f#:"' Motion rext Commissioner Commissioner Jordan Johnson Brandon Garrett Passes Made Seconded Motion By By Result Attachment number 1 \nPage 2 of 4 Item # 9 It was the consensus of the committee to receive this item as information without obj ection. 7. Motion to approve the minutes of the Engineering Services Committee held Item on July 27,2021. Action: Approved Motions X:j:" Motion Text Made By seconded By Motion f YPe - -'-- -r vvvv.sls sJ ReSUlt Motion to Approve ffi:ffiu*., ffT#T:i,nL ;:#[Tffi:.. passes 4_0. www.augustaga.gov Attachment number 1 \nPage 3 of 4 Item # 9 Attachment number 1 \nPage 4 of 4 Item # 9 Engineering Services Committee Meeting 8/31/2021 1:20 PM Monte Sano Avenue Improvements Project Design and Engineering Services for Road Improvements (Wrightsboro Rd. to Walton Way) RFQ Item: 19-247 Department:Engineering Presenter: Caption:Approve supplemental funding (SA1) for Preliminary Engineering, Survey, Database and Subsurface Utility Engineering (SUE) Phase (PE phase 1) of the Design Consultant Services Agreement to Kimley-Horn in the amount of $197,331.29 for the Monte Sano Ave. Improvements (Wrightsboro Rd. to Walton Way) Project as requested by AED. RFQ 19-247 (20ENG875). Background:Monte Sano Avenue Improvements project is an approved SPLOST project. One of the main objectives of this project is improving safety of the corridor. The project will provide pavement rehabilitation, and shoulder and parking improvements from Wrightsboro Road to Walton Way. First phase of the project is completed and was limited to conceptual design consider traffic-based needs, accessibility requirements, and multi-modal needs to include bicycle, and pedestrians. Concept phase is used to develop preliminary and final design including right-of way plans. PE Phase 1 scope includes topographic survey, database development and SUE. Completion pf this phase will lead to initiation of Preliminary Design phase. On December 3, 2019, Augusta Commission awarded Monte Sano Road Design Professional Services to Kimley-Horn. Analysis:Project is under design. On December 3, 2019, Augusta Commission approved funding for design concept phase initial tasks. Concept phase is substantially completed and project is ready for Preliminary and Final Design phases including right- of-way plans development. A phased approach is adopted to complete intended improvements design. Financial Impact:TIA Discretionary Funds in amount of 197,331.29. Cover Memo Item # 10 Alternatives:1). Do not approve and delay design completion. Recommendation:Approve supplemental funding (SA1) for Preliminary Engineering, Survey, Database and Subsurface Utility Engineering (SUE) Phase (PE phase1) of the Design Consultant Services Agreement to Kimley-Horn in the amount of $197,331.29 for the Monte Sano Ave. Improvements (Wrightsboro Rd. to Walton Way) Project as requested by the AED. RFQ 19-247. Funds are Available in the Following Accounts: ($197,331.29) 235-041110-5212115 /T22049029-5212115 - TIA Discretionary Funds REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Item # 10 CPB# 235-041110-T22049029 Augusta-Richmond County, Georgia BE IT ORDAINED by the Commission-Council of Augusta-Richmond County, Georgia that the following Capital Project Budget is hereby authorized: Section 2: The following revenues are anticipated to be available to the Consolidated Government to complete the project. SPLOST Phase VII 240,000$ TIA Discretionary Funds 259,357$ 499,357$ Section 3: Copies of this Capital Project Budget shall be made available to the Comptroller for direction in carrying out this project. Adopted this ____________________ day of ______________________. Approved _________________________________________________ CPB AMOUNT CPB ADDITION NEW CPB SOURCE OF FUNDS CPB SPLOST PHASE VII FUNDS ($240,000)($240,000) TIA DISCRETIONARY FUNDS ($62,027)($197,330)($259,357) TOTAL SOURCES:($302,027)($197,330)($499,357) USE OF FUNDS SPLOST PHASE VII FUNDS $240,000 $240,000 TIA DISCRETIONARY FUNDS $62,027 $197,330 $259,357 TOTAL USES:$302,027 $197,330 $499,357 Honorable Hardie Davis, Jr., Mayor CAPITAL PROJECT BUDGET Monte Sano Avenue Improvements Project (Wrightsboro Road to Walton Way) Section 1: This CPB is for Monte Sano Avenue Improvements Project award for Preliminary Engineering, Survey, Database and Subsurface Utility Engineering (SUE) phase (PE phase 1) of the Design Consultant Services Agreement for TIA Discretionary Funds ($197,330). 1 of 1 08.07.2021 Attachment number 1 \nPage 1 of 1 Item # 10 (SA02 – For changes greater than $25,000) August 2021 +ENGINEERING DEPARTMENT SUPPLEMENTAL AGREEMENT Augusta Richmond County Project Number(s): 235-041110 – T22049029 Supplemental Agreement Number: 1 Purchase Order Number: 20ENG875 WHEREAS, We, Kimley-Horn and Associates, entered into a contract with Augusta-Richmond County on December 3, 2019 for Preliminary Engineering, Survey, Database and Subsurface Utility Engineering (SUE) phase (PE phase1) of the Design Consultant Services Agreement of $197,331.29, and WHEREAS, certain revisions to the design requested by Augusta-Richmond County are not covered by the scope of the original contract, we desire to submit the following Supplemental Agreement to-wit: Additional Design and Engineering Services, Project Management and Administration for Monte Sano Avenue Improvement Projects.. It is agreed that as a result of the above described modifications the contract amount is increased by $197,331.29 from $302,027.14 to a new total of $499,358.43. Any modifications to submittal dates shall be as identified in the attached proposal. This agreement in no way modifies or changes the original contract of which it becomes a part, except as specifically stated herein. NOW, THEREFORE, We, Kimley-Horn and Associates., Consultant, hereby agree to said Supplemental Agreement consisting of the above mentioned item, and agree that this Supplemental Agreement is hereby made a part of the original contract to be performed under the specifications thereof, and that the original contract is in full force and effect, except insofar as it might be modified by this Supplemental Agreement. RECOMMEND FOR APPROVAL: CITY OF AUGUSTA-RICHMOND COUNTY Kimley-Horn and Associates AUGUSTA, GEORGIA Honorable Hardie Davis, Mayor Approved Date: Approved: Date: [ATTACHED CORPORATE SEAL] ATTEST: ATTEST: Title: Title: Attachment number 2 \nPage 1 of 1 Item # 10 NLPOH\KRUQFRP(DVW-RQHV%ULGJH5RDG6XLWH3HDFKWUHH&RUQHUV*$ $XJXVW 0V-XQH+DPDO 3URMHFW(QJLQHHU (QJLQHHULQJ'HSDUWPHQW :DONHU6WUHHW6XLWH $XJXVWD*HRUJLD 5H5)4,WHP 'HVLJQDQG(QJLQHHULQJ6HUYLFHVIRU0RQWH6DQR$YHQXH,PSURYHPHQWV3URMHFW :ULJKWVERUR5RDGWR:DOWRQ:D\ 3URIHVVLRQDO6HUYLFHV$JUHHPHQW±6XUYH\ 68('DWDEDVH 'HDU0V+DPDO .LPOH\+RUQ DQG $VVRFLDWHV ,QF ³.LPOH\+RUQ´ RU ³&RQVXOWDQW´ LV SOHDVHG WR VXEPLW WKLV OHWWHU DJUHHPHQWWKH³$JUHHPHQW´WRWKH$XJXVWD(QJLQHHULQJ'HSDUWPHQW³&OLHQW´RU³$('´IRUSURYLGLQJ GDWDEDVHDQGSUHOLPLQDU\ULJKWRIZD\52:DQGILQDOGHVLJQSODQVHUYLFHVIRUWKHDERYHUHIHUHQFHG SURMHFW 3URMHFW8QGHUVWDQGLQJ /RFDWHG LQ $XJXVWD¶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¶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ttachment number 3 \nPage 1 of 5 Item # 10 3DJH NLPOH\KRUQFRP(DVW-RQHV%ULGJH5RDG6XLWH3HDFKWUHH&RUQHUV*$ 6FRSHRI6HUYLFHV .LPOH\+RUQZLOOSURYLGHWKHVHUYLFHVVSHFLILFDOO\VHWIRUWKEHORZ 7DVN3URMHFW0DQDJHPHQWDQG$GPLQLVWUDWLRQ 3URMHFWPDQDJHPHQWVHUYLFHVDUHDQWLFLSDWHGWREHJLQLQ6HSWHPEHUDQGFRQWLQXHXQWLO-DQXDU\ DWRWDORIPRQWKV7KHVHVHUYLFHVDQGGHOLYHUDEOHVLQFOXGHWKHIROORZLQJPRQWKO\DFWLYLWLHV • 3UHSDUDWLRQRIPRQWKO\SURJUHVVUHSRUWV • ,QYRLFLQJ • 6XEFRQVXOWDQWFRRUGLQDWLRQ • 6FKHGXOLQJRISURMHFWUHODWHGDFWLYLWLHVDQGXSGDWHVWRSURMHFWVFKHGXOH •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±7RSRJUDSKLF6XUYH\'DWDEDVH 6XEVXUIDFH8WLOLW\(QJLQHHULQJ68(6HUYLFHV .LPOH\+RUQLVSDUWQHULQJZLWK0F.LP &UHHGZKRZLOOVXUYH\WKHSURMHFWFRUULGRUDQGSUHSDUHWKH FRUUHVSRQGLQJGDWDEDVHZKLFKZLOOEHGHOLYHUHGLQ0LFUR6WDWLRQYLDQG,Q5RDGV7KHGDWDEDVHZLOO JHQHUDOO\EHSUHSDUHGWR*'27VWDQGDUGVWKRXJKQRIRUPDOGDWDEDVHUHYLHZLVDQWLFLSDWHG3OHDVH VHH0F.LP &UHHG¶VDWWDFKHGVFRSHIRUGHWDLOVDQGGHOLYHUDEOHV.LPOH\+RUQZLOOUHYLHZWKHSURYLGHG VXUYH\GDWDEDVHSULRUWREHJLQQLQJGHVLJQZRUNIRUREYLRXVGLVFUHSDQFLHVDQGDUHSUHVHQWDWLYHIURP ,60ZLOOSHUIRUPDZDONWKURXJKVLWHYLVLWDVSDUWRIWKHGDWDEDVH¶V4& 0F.LP &UHHGZLOODOVRSHUIRUP4/%68(VHUYLFHV3OHDVHVHH0F.LP &UHHG¶VDWWDFKHGVFRSH IRUGHWDLOV.LPOH\+RUQZLOOUHYLHZWKHSURYLGHG68(GDWDEDVHIRUREYLRXVGLVFUHSDQFLHV 7DVN±)RUFH$FFRXQW 7KLVWDVNLVWRSURYLGHIXQGLQJIRUDQ\XQIRUHVHHQQHHGVRIWKHSURMHFWLQFOXGLQJIRUXVHLQIXWXUH SKDVHVDQGZLOORQO\EHXWLOL]HGZLWKZULWWHQSHUPLVVLRQIURP$('7KHUHLVQRGHILQHGGHOLYHUDEOHIRU WKLVWDVN Attachment number 3 \nPage 2 of 5 Item # 10 3DJH NLPOH\KRUQFRP(DVW-RQHV%ULGJH5RDG6XLWH3HDFKWUHH&RUQHUV*$ $GGLWLRQDO6HUYLFHV $Q\VHUYLFHVQRWVSHFLILFDOO\SURYLGHGIRULQWKHDERYHVFRSHZLOOEHELOOHGDVDGGLWLRQDOVHUYLFHVDQG SHUIRUPHGDWRXUWKHQFXUUHQWKRXUO\UDWHV$GGLWLRQDOVHUYLFHVZHFDQSURYLGHLQFOXGHEXWDUHQRW OLPLWHGWRWKHIROORZLQJ • 3URMHFW0DQDJHPHQWVHUYLFHVEH\RQGWKHVWDWHGGXUDWLRQ • 7UDIILFDQDO\VHV • 7RSRJUDSKLFVXUYH\VRXWVLGHRIWKHVXUYH\ERXQGDU\ • 6WDNLQJQRWVSHFLILHG • 9LGHR'JUDSKLFV • 5LJKWRI:D\'HVLJQ3ODQV • (QYLURQPHQWDOSHUPLWWLQJDQGGRFXPHQWDWLRQVHUYLFHVLQFOXGLQJ86$&(SHUPLWWLQJ 1(3$*(3$GRFXPHQWDWLRQHWFQRWSUHYLRXVO\VSHFLILHG • 3XEOLF0HHWLQJV3XEOLF,QYROYHPHQW • 3UHSDUDWLRQRIGHVLJQYDULDQFHVH[FHSWLRQV • +\GUDXOLF+\GURORJLF6WXGLHVDQGGRFXPHQWDWLRQLQFOXGLQJDQ\IORRGSODLQGHYHORSPHQW SHUPLWWLQJ • $WWHQGDQFHDWPHHWLQJVQRWVSHFLILHG • 6XEPLWWDOVQRWVSHFLILHG • $JHQF\FRRUGLQDWLRQQRWVSHFLILHG • 3UHOLPLQDU\5LJKWRI:D\DQG)LQDO'HVLJQ3ODQV • 5LJKWRI:D\SODWWLQJ • &RQVWUXFWLRQ3KDVH6HUYLFHV • 5LJKWRIZD\FRVWHVWLPDWLRQVHUYLFHV • 5LJKWRIZD\DFTXLVLWLRQVHUYLFHV • &RQVWUXFWLRQSKDVHVHUYLFHVQRWVSHFLILHG • :DOOEULGJHRURWKHUVWUXFWXUDOGHVLJQVHUYLFHV • /LJKWLQJDQGHOHFWULFDOGHVLJQVHUYLFHV • *HRWHFKQLFDOVHUYLFHV ,QIRUPDWLRQ3URYLGHGE\&OLHQW :HVKDOOEHHQWLWOHGWRUHO\RQWKHFRPSOHWHQHVVDQGDFFXUDF\RIDOOLQIRUPDWLRQSURYLGHGE\WKH&OLHQW RUWKH&OLHQW¶VFRQVXOWDQWVRUUHSUHVHQWDWLYHV7KH&OLHQWVKDOOSURYLGHDOOLQIRUPDWLRQUHTXHVWHGE\ .LPOH\+RUQGXULQJWKHSURMHFWLQFOXGLQJEXWQRWOLPLWHGWRWKHIROORZLQJ • *,6GDWDEDVHILOHVLQFOXGLQJDHULDOLPDJHU\ • &LW\RI$XJXVWDXWLOLW\LQIRUPDWLRQ • 5LJKWRIHQWU\OHWWHUVIRUILHOGZRUNVXUYH\HWF Attachment number 3 \nPage 3 of 5 Item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ttachment number 3 \nPage 4 of 5 Item # 10 3DJH NLPOH\KRUQFRP(DVW-RQHV%ULGJH5RDG6XLWH3HDFKWUHH&RUQHUV*$ &ORVXUH ,I\RXFRQFXULQDOOWKHIRUHJRLQJDQGZLVKWRGLUHFWXVWRSURFHHGZLWKWKHVHUYLFHVSOHDVHSURYLGH .LPOH\+RUQZLWKD:RUN$XWKRUL]DWLRQIRUUHYLHZDQGVLJQDWXUH :HDSSUHFLDWHWKHRSSRUWXQLW\WRSURYLGHWKHVHVHUYLFHVWR\RX3OHDVHFRQWDFWPHDW RUNHYLQHUJOH#NLPOH\KRUQFRPLI\RXKDYHDQ\TXHVWLRQV 9HU\WUXO\\RXUV .,0/(<+251$1'$662&,$7(6,1& %\.HYLQ(UJOH3(0LNH5XVKLQJ3( 3URMHFW0DQDJHU9LFH3UHVLGHQW $WWDFKPHQW±0F.LP &UHHG6FRSHRI6HUYLFHV $WWDFKPHQW±,606FRSHRI6HUYLFHV $WWDFKPHQW±3UHIHUUHG$OWHUQDWLYH/D\RXW $WWDFKPHQW±'UDIW5HYLVHG3URMHFW6FKHGXOH $WWDFKPHQW±&RVW6XPPDU\6SUHDGVKHHW Attachment number 3 \nPage 5 of 5 Item # 10 Engineering Services Committee Meeting 8/31/2021 1:20 PM Motion to Approve Construction Services with Georgia Department of Transportation for GDOT Project PI M005972 Patching, Milling, and Topping 3.82 miles of State Route 28 (Washington Road) beginning from Calhoun Bridge and ending at CSX Railroad. Department:Utilities Presenter:Wes Byne Caption:Motion to approve Construction Services with Georgia Department of Transportation to include Augusta Utilities Department’s water valves and sanitary sewer manhole adjustments in the Georgia Department of Transportation contract, for GDOT Project PI M005972 Patching, Milling, and Topping 3.82 miles of State Route 28 (Washington Road) beginning from Calhoun Bridge and ending at CSX Railroad. Background:The Georgia Department of Transportation has completed maintenance to resurface State Route 28 (Washington Road). Due to these improvements, GDOT had to raise and lower water valves and manholes that were in conflict with the GDOT project. GDOT and Augusta entered into a Memorandum of Understanding regarding this work to make the utility adjustments a standard bid item within the GDOT project. This was approved by the Commission on July 21, 2020. Based on award of contract, the low bidder Reeves Construction’s fee came in higher than originally estimated for a total of $172,975.00. Analysis:Approving the construction services will allow GDOT and Augusta Utilities Department to meet the terms of the contract agreement to include water valves and sanitary sewer manhole adjustments in the GDOT project. Financial Impact:The financial impact is $172,975.00 based on the Contract Award to Reeves Construction Company by GDOT. Funding is available from the accounts: G/L 512043490-5425410 J/L 82000080-5425410 Alternatives:No alternatives are recommended. Cover Memo Item # 11 Recommendation:Augusta Utilities Department recommend the Commission agree to the terms of the contract item agreement with GDOT in the amount of $172,975.00. Funds are Available in the Following Accounts: Funding is available from the accounts: G/L 512043490- 5425410 J/L 82000080-5425410 REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Item # 11 PLEASE RETURN BOTTOM PORTION WITH YOUR PAYMENT Augusta-Richmond County Invoice Number INV-011087 Due Date Amount Due $172,975.00 The P.O. Box address below is for payments only Make all checks payable to: Georgia Department of Transportation P.O. Box 931900 Atlanta, GA 31193-1900 Office - Utilities Sub Total 172,975.00 Total $172,975.00 Balance Due $172,975.00 Invoice Date :05.21.2021 Reference : Richmond County - Augusta-richmond County-W & S Contract Item Agreement PI# :M005972 INVOICE Invoice# INV-011087 Balance Due $172,975.00 Bill To Augusta-Richmond County 535 Telfair Street Suite 200 Alpharetta, Georgia 30901 #Description Qty Rate Amount 1 Contract ID # 48400-240-UAOUT2101849 for W & G Placed in GDOT contract 1.00 172,975.0 0 172,975.00 Attachment number 1 \nPage 1 of 29 Item # 11 May 20, 2021 Honorable Mayor Hardie Davis, Jr. Augusta-Richmond County 535 Telfair Street Suite 200 Augusta, GA 30901 Subject: Project No. N/A. PI No. M005972, Richmond County, Call No. 024 Contract Item Agreement Authorization – Water & Sewer Facilities Dear Mayor Davis, Reeves Construction Company, as contractor for the Department of Transportation, was awarded a contract on July 31, 2020, to proceed with the proposed construction on the above numbered project. The installation of the Augusta Richmond County’s Water, Sewer Facilities in conflict with the project, has been included in the project as requested. Attached is an executed counterpart of the Contract Item Utility Agreement dated May 14, 2021 addressing the Augusta Richmond County’s reimbursement of this work to the Department. The agreement is supported by your initial estimate of $74,500.00, not including betterment. However, the actual bid cost of the work is $172,975.00 of which the Augusta Richmond County’s is responsible for 100% or $172,975.00 and the Department is responsible for 00% or $0.00. As outlined in Article 8, this reimbursement includes the cost of all items necessary to complete the work. Augusta Richmond County’s will reimburse the Department in the amount of $172,975.00. Please send the Department a check to my attention in the amount of $172,975.00 payable to the Georgia Department of Transportation, Office of Utilities, P.O. Box 931900, Atlanta Georgia 31193-1900. The Department will provide construction engineering and contract supervision for the water and sewer facilities included in the project contract. However, you may visit the jobsite at any time to satisfy yourself that work is proceeding according to plan; but, please be reminded that only one “Final Inspection” can be conducted after the contractor notifies the Department that work is complete and the inspection must be arranged by the Department’s Area Manager. All instructions or corrective items must be given through Department personnel. Attachment number 1 \nPage 2 of 29 Item # 11 Dear Mayor Davis Project No. N/A, PI No. M005972 Richmond County, Call No. 024 Contract Item Agreement Authorization – Water & Sewer Facilities May 20, 2021; Page 2 of 2 Mr. Kyle Brooks, Area Manager, under Corbett Reynolds, District Engineer, Tennille, Georgia will be responsible for the construction supervision and inspection on this project. Mr. Brooks can be reached by telephone at (706) 855-3466 or email kbrooks@dot.ga.gov or by mail addressed to 4260 Frontage Road, Augusta, Georgia 30909. You may contact Marcela Coll, Utilities Preconstruction Manager, if further information is needed at 404-347-0606 or by mail addressed to Georgia Department of Transportation, Office of Utilities 10th floor, One Georgia Center, 600 West Peachtree St, NW, Atlanta, Georgia 30308 or by e-mail at dbonny@dot.ga.gov. Very truly yours, Shajan Joseph, P.E. Assistant State Utilities Administrator For: Patrick Allen, P.E. State Utilities Administrator PA: SPJ: MGC: AM Attachments (Agreement, and Estimate) cc: Mark Mastronardi, State construction engineer Corbett Reynolds., District 2 Engineer Jamie Lindsey, District 2 Utilities Manager Emma DeLouis, Financial Manager Jeanette Lewis, District Contracts Manager Kyle Brooks, Area 4, Manager Danah Bonny, Utilities Preconstruction Specialist Attachment number 1 \nPage 3 of 29 Item # 11 DocuSign Envelope ID: 06FD723F-2437-4C8A-984C-42F645201224 5/14/2021 At t a c h m e n t n u m b e r 1 \ n P a g e 4 o f 2 9 It e m # 1 1 DocuSign Envelope ID: 06FD723F-2437-4C8A-984C-42F645201224 At t a c h m e n t n u m b e r 1 \ n P a g e 5 o f 2 9 It e m # 1 1 DocuSign Envelope ID: 06FD723F-2437-4C8A-984C-42F645201224 At t a c h m e n t n u m b e r 1 \ n P a g e 6 o f 2 9 It e m # 1 1 DocuSign Envelope ID: 06FD723F-2437-4C8A-984C-42F645201224 5/14/2021 At t a c h m e n t n u m b e r 1 \ n P a g e 7 o f 2 9 It e m # 1 1 DocuSign Envelope ID: 06FD723F-2437-4C8A-984C-42F645201224 At t a c h m e n t n u m b e r 1 \ n P a g e 8 o f 2 9 It e m # 1 1 DocuSign Envelope ID: 06FD723F-2437-4C8A-984C-42F645201224 At t a c h m e n t n u m b e r 1 \ n P a g e 9 o f 2 9 It e m # 1 1 DocuSign Envelope ID: 06FD723F-2437-4C8A-984C-42F645201224 At t a c h m e n t n u m b e r 1 \ n P a g e 1 0 o f 2 9 It e m # 1 1 Certificate Of Completion Envelope Id: 06FD723F24374C8A984C42F645201224 Status: Completed Subject: 48400-240-UAOUT2101849/AUGUSTA-RICHMOND COUNTY GOVERNMENT Source Envelope: Document Pages: 7 Signatures: 3 Envelope Originator: Certificate Pages: 5 Initials: 0 GDOT DocuSign Admin AutoNav: Enabled EnvelopeId Stamping: Enabled Time Zone: (UTC-05:00) Eastern Time (US & Canada) 600 W Peachtree St, NW Atlanta, GA 30308 gdot_contracts@dot.ga.gov IP Address: 143.100.53.12 Record Tracking Status: Original 5/7/2021 12:21:37 PM Holder: GDOT DocuSign Admin gdot_contracts@dot.ga.gov Location: DocuSign Security Appliance Status: Connected Pool: StateLocal Storage Appliance Status: Connected Pool: Georgia Department of Transportation Location: DocuSign Signer Events Signature Timestamp Patrick Allen paallen@dot.ga.gov Security Level: Email, Account Authentication (None) Signature Adoption: Pre-selected Style Using IP Address: 143.100.53.12 Sent: 5/7/2021 12:24:10 PM Viewed: 5/7/2021 3:03:34 PM Signed: 5/7/2021 3:03:49 PM Electronic Record and Signature Disclosure: Accepted: 3/26/2020 3:55:26 PM ID: ff80760c-f631-4e2f-9c38-132eb7985a62 Russell R McMurry rmcmurry@dot.ga.gov Security Level: .Email 5/14/2021 4:19:51 PM Signature Adoption: Pre-selected Style Using IP Address: 174.218.2.78 Signed using mobile Sent: 5/7/2021 3:03:52 PM Resent: 5/14/2021 4:19:36 PM Viewed: 5/14/2021 4:20:01 PM Signed: 5/14/2021 4:20:21 PM Electronic Record and Signature Disclosure: Accepted: 2/26/2016 9:35:33 AM ID: cd5459ce-99ae-409c-b25c-b6922ca5a283 Connie J. Steele csteele@dot.ga.gov Security Level: .Email ID: 8f1c1310-044e-44da-887d-c0428a81440a 5/14/2021 4:42:12 PM Signature Adoption: Uploaded Signature Image Using IP Address: 143.100.55.12 Sent: 5/14/2021 4:20:26 PM Resent: 5/14/2021 4:26:04 PM Viewed: 5/14/2021 4:42:22 PM Signed: 5/14/2021 4:42:28 PM Electronic Record and Signature Disclosure: Accepted: 7/5/2016 9:04:14 AM ID: b94ad1d0-9941-4369-a43a-2580d721ac4a In Person Signer Events Signature Timestamp Editor Delivery Events Status Timestamp Agent Delivery Events Status Timestamp Intermediary Delivery Events Status Timestamp Attachment number 1 \nPage 11 of 29 Item # 11 Certified Delivery Events Status Timestamp Carbon Copy Events Status Timestamp Witness Events Signature Timestamp Notary Events Signature Timestamp Envelope Summary Events Status Timestamps Envelope Sent Hashed/Encrypted 5/7/2021 12:24:10 PM Certified Delivered Security Checked 5/14/2021 4:42:22 PM Signing Complete Security Checked 5/14/2021 4:42:28 PM Completed Security Checked 5/14/2021 4:42:28 PM Payment Events Status Timestamps Electronic Record and Signature Disclosure Attachment number 1 \nPage 12 of 29 Item # 11 ELECTRONIC RECORD AND SIGNATURE DISCLOSURE From time to time, Georgia Department of Transportation (we, us or Company) may be required by law to provide to you certain written notices or disclosures. Described below are the terms and conditions for providing to you such notices and disclosures electronically through your DocuSign, Inc. (DocuSign) Express user account. Please read the information below carefully and thoroughly, and if you can access this information electronically to your satisfaction and agree to these terms and conditions, please confirm your agreement by clicking the 'I agree' button at the bottom of this document. Getting paper copies At any time, you may request from us a paper copy of any record provided or made available electronically to you by us. For such copies, as long as you are an authorized user of the DocuSign system you will have the ability to download and print any documents we send to you through your DocuSign user account for a limited period of time (usually 30 days) after such documents are first sent to you. After such time, if you wish for us to send you paper copies of any such documents from our office to you, you will be charged a $0.00 per-page fee. You may request delivery of such paper copies from us by following the procedure described below. Withdrawing your consent If you decide to receive notices and disclosures from us electronically, you may at any time change your mind and tell us that thereafter you want to receive required notices and disclosures only in paper format. How you must inform us of your decision to receive future notices and disclosure in paper format and withdraw your consent to receive notices and disclosures electronically is described below. Consequences of changing your mind If you elect to receive required notices and disclosures only in paper format, it will slow the speed at which we can complete certain steps in transactions with you and delivering services to you because we will need first to send the required notices or disclosures to you in paper format, and then wait until we receive back from you your acknowledgment of your receipt of such paper notices or disclosures. To indicate to us that you are changing your mind, you must withdraw your consent using the DocuSign 'Withdraw Consent' form on the signing page of your DocuSign account. This will indicate to us that you have withdrawn your consent to receive required notices and disclosures electronically from us and you will no longer be able to use your DocuSign Express user account to receive required notices and consents electronically from us or to sign electronically documents from us. All notices and disclosures will be sent to you electronically Unless you tell us otherwise in accordance with the procedures described herein, we will provide electronically to you through your DocuSign user account all required notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to you during the course of our relationship with you. To reduce the chance of you inadvertently not receiving any notice or disclosure, we prefer to provide all of the required notices and disclosures to you by the same method and to the same address that you have given us. Thus, you can receive all the disclosures and notices electronically or in paper format through the paper mail delivery system. If you do not agree with this process, please let us know as described below. Please also see the paragraph immediately above that describes the consequences of your electing not to receive delivery of the notices and disclosures electronically from us. Electronic Record and Signature Disclosure created on: 2/24/2016 6:37:22 PM Parties agreed to: Patrick Allen, Russell R McMurry, Connie J. Steele Attachment number 1 \nPage 13 of 29 Item # 11 How to contact Georgia Department of Transportation: You may contact us to let us know of your changes as to how we may contact you electronically, to request paper copies of certain information from us, and to withdraw your prior consent to receive notices and disclosures electronically as follows: To contact us by email send messages to: gdot_contracts@dot.ga.gov To advise Georgia Department of Transportation of your new e-mail address To let us know of a change in your e-mail address where we should send notices and disclosures electronically to you, you must send an email message to us at gdot_contracts@dot.ga.gov and in the body of such request you must state: your previous e-mail address, your new e-mail address. We do not require any other information from you to change your email address.. In addition, you must notify DocuSign, Inc to arrange for your new email address to be reflected in your DocuSign account by following the process for changing e-mail in DocuSign. To request paper copies from Georgia Department of Transportation To request delivery from us of paper copies of the notices and disclosures previously provided by us to you electronically, you must send us an e-mail to gdot_contracts@dot.ga.gov and in the body of such request you must state your e-mail address, full name, US Postal address, and telephone number. We will bill you for any fees at that time, if any. To withdraw your consent with Georgia Department of Transportation To inform us that you no longer want to receive future notices and disclosures in electronic format you may: i. decline to sign a document from within your DocuSign account, and on the subsequent page, select the check-box indicating you wish to withdraw your consent, or you may; ii. send us an e-mail to gdot_contracts@dot.ga.gov and in the body of such request you must state your e-mail, full name, IS Postal Address, telephone number, and account number. We do not need any other information from you to withdraw consent.. The consequences of your withdrawing consent for online documents will be that transactions may take a longer time to process.. Required hardware and software Operating Systems: Windows2000? or WindowsXP? Browsers (for SENDERS): Internet Explorer 6.0? or above Browsers (for SIGNERS): Internet Explorer 6.0?, Mozilla FireFox 1.0, NetScape 7.2 (or above) Email: Access to a valid email account Screen Resolution: 800 x 600 minimum Enabled Security Settings: •Allow per session cookies •Users accessing the internet behind a Proxy Server must enable HTTP 1.1 settings via proxy connection ** These minimum requirements are subject to change. If these requirements change, we will provide you with an email message at the email address we have on file for you at that time providing you with the revised hardware and software requirements, at which time you will have the right to withdraw your consent. Attachment number 1 \nPage 14 of 29 Item # 11 Acknowledging your access and consent to receive materials electronically To confirm to us that you can access this information electronically, which will be similar to other electronic notices and disclosures that we will provide to you, please verify that you were able to read this electronic disclosure and that you also were able to print on paper or electronically save this page for your future reference and access or that you were able to e-mail this disclosure and consent to an address where you will be able to print on paper or save it for your future reference and access. Further, if you consent to receiving notices and disclosures exclusively in electronic format on the terms and conditions described above, please let us know by clicking the 'I agree' button below. By checking the 'I Agree' box, I confirm that: • I can access and read this Electronic CONSENT TO ELECTRONIC RECEIPT OF ELECTRONIC RECORD AND SIGNATURE DISCLOSURES document; and • I can print on paper the disclosure or save or send the disclosure to a place where I can print it, for future reference and access; and • Until or unless I notify Georgia Department of Transportation as described above, I consent to receive from exclusively through electronic means all notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to me by Georgia Department of Transportation during the course of my relationship with you. Attachment number 1 \nPage 15 of 29 Item # 11 Tabulation of Bids Contract Description: Call Order: Contract Time: Project(s): District(s): Counties: July 17, 2020 4.481 MILES OF MILLING, INLAY AND PLANT MIX RESURFACING ON SR 28 BEGINNING NORTH OF CALHOUN EXPRESSWAY BRIDGE AND EXTENDING NORTH OF THE CSX RAILROAD AND ON SR 104 CONN BEGINNING AT SR 28 AND EXTENDING TO PLEASANT HOME ROAD. (E) Letting Date:District 2 - Tennille, Area Office 4 - Augusta Richmond 024 Contract ID: 06/30/21 COMPLETION DATE B1CBA2001979-0 M005972, M005974 Page:1 7/30/2020 Unit PriceQuantity and Units Line No / Item ID Unit Price Ext Amount Unit Price Item Description Alt Set / Alt Member Ext AmountExt Amount (1) REEVES CONSTRUCTION COMPANY (2) E. R. SNELL CONTRACTOR, INC. (3) BEAM'S CONTRACTING, INC. 0001 ROADWAYSECTION:Cat Alt Set:Cat Alt Member:LCC: 0005 150-1000 TRAFFIC CONTROL - M005972 (1) LS 454,220.00000 454,220.00 360,000.00000 360,000.00 323,340.00000 323,340.00 0010 150-1000 TRAFFIC CONTROL - M005974 (1) LS 63,530.00000 63,530.00 36,000.00000 36,000.00 62,432.00000 62,432.00 0015 402-1802 RECYCLED ASPH CONC PATCHING, INCL BITUM MATL & H LIME 2,050.000 TN 61.00000 125,050.00 119.00000 243,950.00 103.77000 212,728.50 0020 402-4510 RECYCLED ASPH CONC 12.5 MM SUPERPAVE, GP 2 ONLY, INCL POLYMER-MODIFIED BITUM MATL & H LIME 16,497.000 TN 71.35000 1,177,060.95 69.05000 1,139,117.85 83.60000 1,379,149.20 Attachment number 1 \nPage 16 of 29 Item # 11 Tabulation of Bids Contract Description: Call Order: Contract Time: Project(s): District(s): Counties: July 17, 2020 4.481 MILES OF MILLING, INLAY AND PLANT MIX RESURFACING ON SR 28 BEGINNING NORTH OF CALHOUN EXPRESSWAY BRIDGE AND EXTENDING NORTH OF THE CSX RAILROAD AND ON SR 104 CONN BEGINNING AT SR 28 AND EXTENDING TO PLEASANT HOME ROAD. (E) Letting Date:District 2 - Tennille, Area Office 4 - Augusta Richmond 024 Contract ID: 06/30/21 COMPLETION DATE B1CBA2001979-0 M005972, M005974 Page:2 7/30/2020 Unit PriceQuantity and Units Line No / Item ID Unit Price Ext Amount Unit Price Item Description Alt Set / Alt Member Ext AmountExt Amount (1) REEVES CONSTRUCTION COMPANY (2) E. R. SNELL CONTRACTOR, INC. (3) BEAM'S CONTRACTING, INC. 0001 ROADWAYSECTION:Cat Alt Set:Cat Alt Member:LCC: 0025 413-0750 TACK COAT 9,123.000 GL 3.00000 27,369.00 1.70000 15,509.10 3.40000 31,018.20 0030 432-5010 MILL ASPH CONC PVMT, VARIABLE DEPTH 195,862.000 SY 0.85000 166,482.70 1.35000 264,413.70 1.00000 195,862.00 0035 456-2015 INDENTATION RUMBLE STRIPS - GROUND-IN-PLACE (SKIP) 0.180 GLM 64,666.67000 11,640.00 95,000.00000 17,100.00 24,326.70000 4,378.81 0036 611-8050 ADJUST MANHOLE TO GRADE 43.000 EA 1,825.00000 78,475.00 1,935.00000 83,205.00 714.60000 30,727.80 0037 611-8140 ADJUST WATER VALVE BOX TO GRADE 75.000 EA 1,500.00000 112,500.00 925.00000 69,375.00 422.69000 31,701.75 Attachment number 1 \nPage 17 of 29 Item # 11 Tabulation of Bids Contract Description: Call Order: Contract Time: Project(s): District(s): Counties: July 17, 2020 4.481 MILES OF MILLING, INLAY AND PLANT MIX RESURFACING ON SR 28 BEGINNING NORTH OF CALHOUN EXPRESSWAY BRIDGE AND EXTENDING NORTH OF THE CSX RAILROAD AND ON SR 104 CONN BEGINNING AT SR 28 AND EXTENDING TO PLEASANT HOME ROAD. (E) Letting Date:District 2 - Tennille, Area Office 4 - Augusta Richmond 024 Contract ID: 06/30/21 COMPLETION DATE B1CBA2001979-0 M005972, M005974 Page:3 7/30/2020 Unit PriceQuantity and Units Line No / Item ID Unit Price Ext Amount Unit Price Item Description Alt Set / Alt Member Ext AmountExt Amount (1) REEVES CONSTRUCTION COMPANY (2) E. R. SNELL CONTRACTOR, INC. (3) BEAM'S CONTRACTING, INC. 0001 ROADWAYSECTION:Cat Alt Set:Cat Alt Member:LCC: 0040 647-6200 LOOP DETECTOR, 6 FT X 6 FT, BIPOLE 66.000 EA 569.00000 37,554.00 607.00000 40,062.00 642.45000 42,401.70 0045 647-6300 LOOP DETECTOR, 6 FT X 40 FT, QUADRUPOLE 84.000 EA 998.00000 83,832.00 1,065.00000 89,460.00 1,126.84000 94,654.56 0050 653-0100 THERMOPLASTIC PVMT MARKING, RR/HWY CROSSING SYMBOL 3.000 EA 500.00000 1,500.00 531.00000 1,593.00 564.55000 1,693.65 0055 653-0110 THERMOPLASTIC PVMT MARKING, ARROW, TP 1 25.000 EA 65.00000 1,625.00 69.00000 1,725.00 87.97000 2,199.25 Attachment number 1 \nPage 18 of 29 Item # 11 Tabulation of Bids Contract Description: Call Order: Contract Time: Project(s): District(s): Counties: July 17, 2020 4.481 MILES OF MILLING, INLAY AND PLANT MIX RESURFACING ON SR 28 BEGINNING NORTH OF CALHOUN EXPRESSWAY BRIDGE AND EXTENDING NORTH OF THE CSX RAILROAD AND ON SR 104 CONN BEGINNING AT SR 28 AND EXTENDING TO PLEASANT HOME ROAD. (E) Letting Date:District 2 - Tennille, Area Office 4 - Augusta Richmond 024 Contract ID: 06/30/21 COMPLETION DATE B1CBA2001979-0 M005972, M005974 Page:4 7/30/2020 Unit PriceQuantity and Units Line No / Item ID Unit Price Ext Amount Unit Price Item Description Alt Set / Alt Member Ext AmountExt Amount (1) REEVES CONSTRUCTION COMPANY (2) E. R. SNELL CONTRACTOR, INC. (3) BEAM'S CONTRACTING, INC. 0001 ROADWAYSECTION:Cat Alt Set:Cat Alt Member:LCC: 0060 653-0120 THERMOPLASTIC PVMT MARKING, ARROW, TP 2 196.000 EA 65.00000 12,740.00 69.00000 13,524.00 73.39000 14,384.44 0065 653-0130 THERMOPLASTIC PVMT MARKING, ARROW, TP 3 15.000 EA 100.00000 1,500.00 106.00000 1,590.00 112.90000 1,693.50 0066 653-0150 THERMOPLASTIC PVMT MARKING, ARROW, TP 5 2.000 EA 150.00000 300.00 160.00000 320.00 169.36000 338.72 0070 653-0210 THERMOPLASTIC PVMT MARKING, WORD, TP 1 50.000 EA 100.00000 5,000.00 106.00000 5,300.00 112.90000 5,645.00 Attachment number 1 \nPage 19 of 29 Item # 11 Tabulation of Bids Contract Description: Call Order: Contract Time: Project(s): District(s): Counties: July 17, 2020 4.481 MILES OF MILLING, INLAY AND PLANT MIX RESURFACING ON SR 28 BEGINNING NORTH OF CALHOUN EXPRESSWAY BRIDGE AND EXTENDING NORTH OF THE CSX RAILROAD AND ON SR 104 CONN BEGINNING AT SR 28 AND EXTENDING TO PLEASANT HOME ROAD. (E) Letting Date:District 2 - Tennille, Area Office 4 - Augusta Richmond 024 Contract ID: 06/30/21 COMPLETION DATE B1CBA2001979-0 M005972, M005974 Page:5 7/30/2020 Unit PriceQuantity and Units Line No / Item ID Unit Price Ext Amount Unit Price Item Description Alt Set / Alt Member Ext AmountExt Amount (1) REEVES CONSTRUCTION COMPANY (2) E. R. SNELL CONTRACTOR, INC. (3) BEAM'S CONTRACTING, INC. 0001 ROADWAYSECTION:Cat Alt Set:Cat Alt Member:LCC: 0071 653-0296 THERMOPLASTIC PVMT MARKING, WORD, TP 15 1.000 EA 150.00000 150.00 160.00000 160.00 169.36000 169.36 0075 653-1704 THERMOPLASTIC SOLID TRAF STRIPE, 24 IN, WHITE 2,740.000 LF 6.00000 16,440.00 6.40000 17,536.00 6.77000 18,549.80 0080 653-1804 THERMOPLASTIC SOLID TRAF STRIPE, 8 IN, WHITE 20,900.000 LF 2.00000 41,800.00 2.10000 43,890.00 2.26000 47,234.00 0085 653-2501 THERMOPLASTIC SOLID TRAF STRIPE, 5 IN, WHITE 10.000 LM 2,000.00000 20,000.00 2,125.00000 21,250.00 2,258.20000 22,582.00 Attachment number 1 \nPage 20 of 29 Item # 11 Tabulation of Bids Contract Description: Call Order: Contract Time: Project(s): District(s): Counties: July 17, 2020 4.481 MILES OF MILLING, INLAY AND PLANT MIX RESURFACING ON SR 28 BEGINNING NORTH OF CALHOUN EXPRESSWAY BRIDGE AND EXTENDING NORTH OF THE CSX RAILROAD AND ON SR 104 CONN BEGINNING AT SR 28 AND EXTENDING TO PLEASANT HOME ROAD. (E) Letting Date:District 2 - Tennille, Area Office 4 - Augusta Richmond 024 Contract ID: 06/30/21 COMPLETION DATE B1CBA2001979-0 M005972, M005974 Page:6 7/30/2020 Unit PriceQuantity and Units Line No / Item ID Unit Price Ext Amount Unit Price Item Description Alt Set / Alt Member Ext AmountExt Amount (1) REEVES CONSTRUCTION COMPANY (2) E. R. SNELL CONTRACTOR, INC. (3) BEAM'S CONTRACTING, INC. 0001 ROADWAYSECTION:Cat Alt Set:Cat Alt Member:LCC: 0090 653-2502 THERMOPLASTIC SOLID TRAF STRIPE, 5 IN, YELLOW 9.400 LM 2,000.00000 18,800.00 2,125.00000 19,975.00 2,258.20000 21,227.08 0095 653-4501 THERMOPLASTIC SKIP TRAF STRIPE, 5 IN, WHITE 10.650 GLM 1,300.00000 13,845.00 1,380.00000 14,697.00 1,467.83000 15,632.39 0100 653-4502 THERMOPLASTIC SKIP TRAF STRIPE, 5 IN, YELLOW 9.400 GLM 1,300.00000 12,220.00 1,380.00000 12,972.00 1,467.83000 13,797.60 0105 653-6004 THERMOPLASTIC TRAF STRIPING, WHITE 1,425.000 SY 3.50000 4,987.50 3.70000 5,272.50 3.95000 5,628.75 Attachment number 1 \nPage 21 of 29 Item # 11 Tabulation of Bids Contract Description: Call Order: Contract Time: Project(s): District(s): Counties: July 17, 2020 4.481 MILES OF MILLING, INLAY AND PLANT MIX RESURFACING ON SR 28 BEGINNING NORTH OF CALHOUN EXPRESSWAY BRIDGE AND EXTENDING NORTH OF THE CSX RAILROAD AND ON SR 104 CONN BEGINNING AT SR 28 AND EXTENDING TO PLEASANT HOME ROAD. (E) Letting Date:District 2 - Tennille, Area Office 4 - Augusta Richmond 024 Contract ID: 06/30/21 COMPLETION DATE B1CBA2001979-0 M005972, M005974 Page:7 7/30/2020 Unit PriceQuantity and Units Line No / Item ID Unit Price Ext Amount Unit Price Item Description Alt Set / Alt Member Ext AmountExt Amount (1) REEVES CONSTRUCTION COMPANY (2) E. R. SNELL CONTRACTOR, INC. (3) BEAM'S CONTRACTING, INC. 0001 ROADWAYSECTION:Cat Alt Set:Cat Alt Member:LCC: 0110 653-6006 THERMOPLASTIC TRAF STRIPING, YELLOW 1,115.000 SY 3.50000 3,902.50 3.70000 4,125.50 3.95000 4,404.25 0115 654-1001 RAISED PVMT MARKERS TP 1 2,027.000 EA 3.50000 7,094.50 3.70000 7,499.90 3.95000 8,006.65 0120 654-1003 RAISED PVMT MARKERS TP 3 1,297.000 EA 3.50000 4,539.50 3.70000 4,798.90 3.95000 5,123.15 0125 654-1010 RAISED PVMT MARKERS TP 10 50.000 EA 35.00000 1,750.00 37.20000 1,860.00 39.51000 1,975.50 Attachment number 1 \nPage 22 of 29 Item # 11 Tabulation of Bids Contract Description: Call Order: Contract Time: Project(s): District(s): Counties: July 17, 2020 4.481 MILES OF MILLING, INLAY AND PLANT MIX RESURFACING ON SR 28 BEGINNING NORTH OF CALHOUN EXPRESSWAY BRIDGE AND EXTENDING NORTH OF THE CSX RAILROAD AND ON SR 104 CONN BEGINNING AT SR 28 AND EXTENDING TO PLEASANT HOME ROAD. (E) Letting Date:District 2 - Tennille, Area Office 4 - Augusta Richmond 024 Contract ID: 06/30/21 COMPLETION DATE B1CBA2001979-0 M005972, M005974 Page:8 7/30/2020 Unit PriceQuantity and Units Line No / Item ID Unit Price Ext Amount Unit Price Item Description Alt Set / Alt Member Ext AmountExt Amount (1) REEVES CONSTRUCTION COMPANY (2) E. R. SNELL CONTRACTOR, INC. (3) BEAM'S CONTRACTING, INC. 0001 ROADWAYSECTION:Cat Alt Set:Cat Alt Member:LCC: 0130 657-9230 WET REFLECTIVE PREFORMED SOLID PAVEMENT MARKINGS, 8 IN, CONTRAST (BLACK-WHITE) 0.085 LM 34,320.00000 2,917.20 34,340.00000 2,918.90 38,750.65000 3,293.81 0135 657-9235 WET REFLECTIVE PREFORMED SOLID PAVEMENT MARKINGS, 8 IN, CONTRAST (BLACK-YELLOW) 0.062 LM 34,320.00000 2,127.84 35,310.00000 2,189.22 38,750.65000 2,402.54 0140 657-9310 WET REFLECTIVE PREFORMED SKIP PAVEMENT MARKINGS, 5 INCH WIDE, WHITE 330.000 GLF 3.00000 990.00 3.20000 1,056.00 3.39000 1,118.70 Attachment number 1 \nPage 23 of 29 Item # 11 Tabulation of Bids Contract Description: Call Order: Contract Time: Project(s): District(s): Counties: July 17, 2020 4.481 MILES OF MILLING, INLAY AND PLANT MIX RESURFACING ON SR 28 BEGINNING NORTH OF CALHOUN EXPRESSWAY BRIDGE AND EXTENDING NORTH OF THE CSX RAILROAD AND ON SR 104 CONN BEGINNING AT SR 28 AND EXTENDING TO PLEASANT HOME ROAD. (E) Letting Date:District 2 - Tennille, Area Office 4 - Augusta Richmond 024 Contract ID: 06/30/21 COMPLETION DATE B1CBA2001979-0 M005972, M005974 Page:9 7/30/2020 Unit PriceQuantity and Units Line No / Item ID Unit Price Ext Amount Unit Price Item Description Alt Set / Alt Member Ext AmountExt Amount (1) REEVES CONSTRUCTION COMPANY (2) E. R. SNELL CONTRACTOR, INC. (3) BEAM'S CONTRACTING, INC. 0001 ROADWAYSECTION:Cat Alt Set:Cat Alt Member:LCC: 0145 657-9313 WET REFLECTIVE PREFORMED SKIP PAVEMENT MARKINGS, 5 INCH WIDE, BLACK 330.000 GLF 3.00000 990.00 3.20000 1,056.00 3.39000 1,118.70 0146 657-9535 WET REFLECTIVE PREFORMED PLASTIC PVMT MKG, ARROW TP 2, WHITE, TP PB-WR 1.000 EA 500.00000 500.00 530.00000 530.00 564.55000 564.55 Section Total with LCC:$2,513,432.69 $2,544,031.57 $2,607,177.91 Life Cycle Costs: $2,607,177.91$2,513,432.69 $2,544,031.57Section Totals: $2,544,031.57$2,513,432.69 $2,607,177.91Contract Item Totals Contract Time Totals Contract Life Cycle Costs Totals Attachment number 1 \nPage 24 of 29 Item # 11 Tabulation of Bids Contract Description: Call Order: Contract Time: Project(s): District(s): Counties: July 17, 2020 4.481 MILES OF MILLING, INLAY AND PLANT MIX RESURFACING ON SR 28 BEGINNING NORTH OF CALHOUN EXPRESSWAY BRIDGE AND EXTENDING NORTH OF THE CSX RAILROAD AND ON SR 104 CONN BEGINNING AT SR 28 AND EXTENDING TO PLEASANT HOME ROAD. (E) Letting Date:District 2 - Tennille, Area Office 4 - Augusta Richmond 024 Contract ID: 06/30/21 COMPLETION DATE B1CBA2001979-0 M005972, M005974 Page:10 7/30/2020 ( ) indicates item is bid as Lump Sum $2,513,432.69 $2,544,031.57 2,607,177.91Contract Grand Totals Contract Life Cycle Costs Totals $0.00 $0.00 $0.00 Attachment number 1 \nPage 25 of 29 Item # 11 Tabulation of Bids Contract Description: Call Order: Contract Time: Project(s): District(s): Counties: July 17, 2020 4.481 MILES OF MILLING, INLAY AND PLANT MIX RESURFACING ON SR 28 BEGINNING NORTH OF CALHOUN EXPRESSWAY BRIDGE AND EXTENDING NORTH OF THE CSX RAILROAD AND ON SR 104 CONN BEGINNING AT SR 28 AND EXTENDING TO PLEASANT HOME ROAD. (E) Letting Date:District 2 - Tennille, Area Office 4 - Augusta Richmond 024 Contract ID: 06/30/21 COMPLETION DATE B1CBA2001979-0 M005972, M005974 Page:11 7/30/2020 Attachment number 1 \nPage 26 of 29 Item # 11 Vendor Ranking Page:1 Contract ID: 4.481 MILES OF MILLING, INLAY AND PLANT MIX RESURFACING ON SR 28 BEGINNING NORTH OF CALHOUN EXPRESSWAY BRIDGE AND EXTENDING NORTH OF THE CSX RAILROAD AND ON SR 104 CONN BEGINNING AT SR 28 AND EXTENDING TO PLEASANT HOME ROAD. (E) District 2 - Tennille, Area Office 4 - Augusta Letting Date: Contract Description: District(s): 06/30/21 COMPLETION DATE B1CBA2001979-0 July 17, 2020 11:00 AM M005972, M005974 Richmond024Counties: Contract Time: Call Order: Project(s): 7/30/2020 Percent Of Low BidTotal BidRankVendor ID/Name 1 2RE390 REEVES CONSTRUCTION COMPANY $2,513,432.69 100.00% 2 2SN250 E. R. SNELL CONTRACTOR, INC.$2,544,031.57 101.22% 3 2BE070 BEAM'S CONTRACTING, INC.$2,607,177.91 103.73% Attachment number 1 \nPage 27 of 29 Item # 11 611-8050 ADJUST MANHOLE TO GRADE(611-8050)EA 43 1,000.00$ $ 43,000.00 43 1,825.00$ 78,475.00$ $ 78,475.00 -$ 611-8140 ADJUST WATER VALVE BOX TO GRADE(611-EA 63 500.00$ $ 31,500.00 63 1,500.00$ 94,500.00$ $ 94,500.00 -$ $ - -$ $ - -$ $ - -$ $ - -$ $ - -$ $ - -$ $ - -$ $ - -$ $ - -$ $ - -$ $ - -$ $ - -$ $ - -$ $ - -$ $ - -$ $ - -$ $ - -$ $ - -$ $ - -$ $ - -$ $ - -$ $ - -$ $ - -$ $ - -$ $ - -$ $ - -$ $ - -$ $ - -$ $ - -$ $ - -$ $ - -$ $ - -$ $ - -$ $ - -$ $ - -$ $ - -$ $ - -$ $ - -$ $ - -$ $ - -$ $ - -$ $ - -$ $ - -$ $ - -$ $ - -$ $ - -$ $ - -$ $ - -$ -$ $ - -$ -$ $ - -$ GDOT SHARE TOTAL Actual In-Kind Bid Cost T O T A -$ 0.00%172,975.00$ UTILITY OWNER SHARE -$ 100.00% NOTE:NOTES: Actual Total Bid Cost Actual In-Kind Bid CostPay Item and Description TOTAL EST In-Kind NON-REIMBURSIBLE / FACILITY OWNER SHARE TOTAL Actual Bid Cost $ 74,500.00 172,975.00$ Final Cost P.I. M005972 - Richmond County - Augusta-Richmond County - Water and Sewer Facilities Orig Plan Total Qty In-Kind Items Orig Est Cost Additional Description Orig Est Unit Price Actual Bid Costs Unit A c t u a Actual Bid Total Qty Actual Bid Unit Price TOTAL BID COST NON- REIMBURSIBLE / FACILITY OWNER SHARE TOTAL BID COST IN- KIND & BETTERMENT $ 74,500.00 172,975.00$ 172,975.00$ REIMBURSIBLE / GDOT SHARE TOTAL BID COST / REIMBURSIBLE/ GDOT SHARE TOTAL BID COST IN- KIND (NON- REIMBURSABLE) FACILITY OWNER SHARE & -$ $ - $ - 172,975.00$ Add Row Click the 'Add Row' button to add a new M005972 Richmond-Augusta-Richmond County CIA Actual Bid Cost 1/2 Attachment number 1 \nPage 28 of 29 Item # 11 Actual Total Bid Cost Actual In-Kind Bid CostPay Item and Description Final Cost P.I. M005972 - Richmond County - Augusta-Richmond County - Water and Sewer Facilities Orig Plan Total Qty In-Kind Items Orig Est Cost Additional Description Orig Est Unit Price Actual Bid Costs Unit A c t u a Actual Bid Total Qty Actual Bid Unit Price Add Row Click the 'Add Row' button to add a new 1 M005972 Richmond-Augusta-Richmond County CIA Actual Bid Cost 2/2 Attachment number 1 \nPage 29 of 29 Item # 11 DeLorme Street Atlas USA® 2013 Data use subject to license. © DeLorme. DeLorme Street Atlas USA® 2013. www.delorme.com TN MN (6.9°W) 0 800 1600 2400 3200 4000 0 200 400 600 800 1000 ftm Scale 1 : 28,125 1" = 2,343.8 ft Data Zoom 12-7 At t a c h m e n t n u m b e r 2 \ n P a g e 1 o f 1 It e m # 1 1 Attachment number 3 \nPage 1 of 1 Item # 11 Engineering Services Committee Meeting 8/31/2021 1:20 PM Motion to Approve Construction Services with Georgia Department of Transportation for GDOT Project PI M005974 Patching, Milling, and Topping 0.66 miles of State Route 104 (Washington Road) beginning from Fury Ferry Intersection and ending at Pleasant Home Department:Utilities Presenter:Wes Byne Caption:Motion to approve Construction Services with Georgia Department of Transportation to include Augusta Utilities Department’s water valves and sanitary sewer manhole adjustments in the Georgia Department of Transportation contract, for GDOT Project PI M005974 Patching, Milling, and Topping 0.66 miles of State Route 104 (Washington Road) beginning from Fury Ferry Intersection and ending at Pleasant Home Road. Background:The Georgia Department of Transportation has completed maintenance to resurface State Route 104 (Washington Road). Due to these improvements, GDOT had to raise and lower water valves and manholes that were in conflict with the GDOT project. GDOT and Augusta entered into a Memorandum of Understanding regarding this work to make the utility adjustments a standard bid item within the GDOT project. This was approved by the Commission on July 21, 2020. Based on award of contract, the low bidder Reeves Construction’s fee came in higher than originally estimated for a total of $18,000.00. Analysis:Approving the construction services will allow GDOT and Augusta Utilities Department to meet the terms of the contract agreement to include water valves and sanitary sewer manhole adjustments in the GDOT project. Financial Impact:The financial impact is $18,000.00 based on the Contract Award to Reeves Construction Company by GDOT. Funding is available from the accounts: G/L 512043490-5425410 J/L 82000080-5425410 Cover Memo Item # 12 Alternatives:No alternatives are recommended. Recommendation:Augusta Utilities Department recommend the Commission agree to the terms of the contract item agreement with GDOT in the amount of $18,000.00. Funds are Available in the Following Accounts: Funding is available from the accounts: G/L 512043490- 5425410 J/L 82000080-5425410 REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Item # 12 PLEASE RETURN BOTTOM PORTION WITH YOUR PAYMENT Augusta-Richmond County Invoice Number INV-011110 Due Date Amount Due $18,000.00 The P.O. Box address below is for payments only Make all checks payable to: Georgia Department of Transportation P.O. Box 931900 Atlanta, GA 31193-1900 Office - Utilities Sub Total 18,000.00 Total $18,000.00 Balance Due $18,000.00 Invoice Date :06.09.2021 Reference : Richmond County - Augusta-richmond County-W & S Contract Item Agreement PI# :M005974 INVOICE Invoice# INV-011110 Balance Due $18,000.00 Bill To Augusta-Richmond County 535 Telfair Street Suite 200 Augusta, Georgia 30901 #Description Qty Rate Amount 1 Contract ID # 48400-240-UAOUT2101848 for W & G Placed in GDOT contract 1.00 18,000.00 18,000.00 Attachment number 1 \nPage 1 of 28 Item # 12 June 9, 2021 Honorable Mayor Hardie Davis, Jr. Augusta-Richmond County 535 Telfair Street Suite 200 Augusta, GA 30901 Subject: Project No. N/A. PI No. M005974, Richmond County, Call No. 024 Contract Item Agreement Authorization – Water & Sewer Facilities Dear Mayor Davis, Reeves Construction Company, as contractor for the Department of Transportation, was awarded a contract on July 31, 2020, to proceed with the proposed construction on the above numbered project. The installation of the Augusta Richmond County’s Water, Sewer Facilities in conflict with the project, has been included in the project as requested. Attached is an executed counterpart of the Contract Item Utility Agreement dated May 28, 2021 addressing the Augusta Richmond County’s reimbursement of this work to the Department. The agreement is supported by your initial estimate of $6,000.00, not including betterment. However, the actual bid cost of the work is $18,000.00 of which the Augusta Richmond County’s is responsible for 100% or $18,000.00 and the Department is responsible for 00% or $0.00. As outlined in Article 8, this reimbursement includes the cost of all items necessary to complete the work. Augusta Richmond County’s will reimburse the Department in the amount of $18,000.00. Please send the Department a check to my attention in the amount of $18,000.00 payable to the Georgia Department of Transportation, Office of Utilities, P.O. Box 931900, Atlanta Georgia 31193-1900. The Department will provide construction engineering and contract supervision for the water and sewer facilities included in the project contract. However, you may visit the jobsite at any time to satisfy yourself that work is proceeding according to plan; but, please be reminded that only one “Final Inspection” can be conducted after the contractor notifies the Department that work is complete and the inspection must be arranged by the Department’s Area Manager. All instructions or corrective items must be given through Department personnel. Attachment number 1 \nPage 2 of 28 Item # 12 Dear Mayor Davis Project No. N/A, PI No. M005974 Richmond County, Call No. 024 Contract Item Agreement Authorization – Water & Sewer Facilities June 9, 2021; Page 2 of 2 Mr. Kyle Brooks, Area Manager, under Corbett Reynolds, District Engineer, Tennille, Georgia will be responsible for the construction supervision and inspection on this project. Mr. Brooks can be reached by telephone at (706) 855-3466 or email kbrooks@dot.ga.gov or by mail addressed to 4260 Frontage Road, Augusta, Georgia 30909. You may contact Marcela Coll, Utilities Preconstruction Manager, if further information is needed at 404-347-0606 or by mail addressed to Georgia Department of Transportation, Office of Utilities 10th floor, One Georgia Center, 600 West Peachtree St, NW, Atlanta, Georgia 30308 or by e-mail at dbonny@dot.ga.gov. Very truly yours, Shajan Joseph, P.E. Assistant State Utilities Administrator For: Patrick Allen, P.E. State Utilities Administrator PA: SPJ: MGC: AM Attachments (Agreement, and Estimate) cc: Mark Mastronardi, State construction engineer Corbett Reynolds., District 2 Engineer Jamie Lindsey, District 2 Utilities Manager Emma DeLouis, Financial Manager Jeanette Lewis, District Contracts Manager Kyle Brooks, Area 4, Manager Danah Bonny, Utilities Preconstruction Specialist Attachment number 1 \nPage 3 of 28 Item # 12 Account No. - Class: 733005-309 Department ID: 4848050000 Program No.: 4181501 STANDARD UTILITY AGREEMENT CONTRACT ITEM AGREEMENT Georgia Project No.: NIA, Richmond County G.D.O.T. P.I. No.: M005974 THIS AGREEMENT, made this ___________ , by and between the Department of Transportation, an agency of the State of Georgia, hereinafter called the DEPARTMENT, first party, and Augusta-Richmond County, a political subdivision of the State of Georgia, hereinafter called the LOCAL AGENCY, second party; WITNESS that: WHEREAS, the DEPARTMENT proposes under the above numbered project to resurface and maintain State Route 104 Connector from State Route 28 to State Route 1 04 in Richmond County, Georgia; and WHEREAS, due to the construction of this project, it will become necessary to make certain adjustments or additional installation of utility facilities of the LOCAL AGENCY, the cost of which shall be determined in accordance with Articles 8, 9, & 10 below; and WHEREAS, the LOCAL AGENCY has requested that the DEPARTMENT include the adjustment or installation of water and sewer facilities in its highway construction contract as shown on the attached plans; and WHEREAS, this Agreement being for the sole purpose of providing a contractor for work performed on the LOCAL AGENCY'S water and sewer facilities, the LOCAL AGENCY shall bear the cost of said work to be determined as hereinafter set forth; WHEREAS, the preliminary engineering, including preparation of detailed plans and contract estimate for adjustment of the utilities described above have been accomplished by the LOCAL AGENCY; WHEREAS, the plans for the utility work have been approved by both the DEPARTMENT and the LOCAL AGENCY prior to commencing work; NOW THEREFORE, in consideration of the premises and the mutual covenants of the parties hereinafter set forth, it is agreed: 1.All construction engineering and contract superv1s1on shall be theresponsibility of the DEPARTMENT and the DEPARTMENT shall be responsible to assure that all utility work is accomplished in accordance with plans and specifications and to consult with the LOCAL AGENCY or LOCAL AGENCY'S Consultant before authorizing any changes or deviations which affect the LOCAL AGENCY'S facility. DocuSign Envelope ID: 7761BB96-B4A5-411B-A106-F36A993A9AE5 5/28/2021 Attachment number 1 \nPage 4 of 28 Item # 12 DocuSign Envelope ID: 7761BB96-B4A5-411B-A106-F36A993A9AE5 At t a c h m e n t n u m b e r 1 \ n P a g e 5 o f 2 8 It e m # 1 2 DocuSign Envelope ID: 7761BB96-B4A5-411B-A106-F36A993A9AE5 At t a c h m e n t n u m b e r 1 \ n P a g e 6 o f 2 8 It e m # 1 2 DocuSign Envelope ID: 7761BB96-B4A5-411B-A106-F36A993A9AE5 5/28/2021 At t a c h m e n t n u m b e r 1 \ n P a g e 7 o f 2 8 It e m # 1 2 DocuSign Envelope ID: 7761BB96-B4A5-411B-A106-F36A993A9AE5 At t a c h m e n t n u m b e r 1 \ n P a g e 8 o f 2 8 It e m # 1 2 DocuSign Envelope ID: 7761BB96-B4A5-411B-A106-F36A993A9AE5 At t a c h m e n t n u m b e r 1 \ n P a g e 9 o f 2 8 It e m # 1 2 DocuSign Envelope ID: 7761BB96-B4A5-411B-A106-F36A993A9AE5 At t a c h m e n t n u m b e r 1 \ n P a g e 1 0 o f 2 8 It e m # 1 2 Certificate Of Completion Envelope Id: 7761BB96B4A5411BA106F36A993A9AE5 Status: Completed Subject: 48400-240-UAOUT2101848/AUGUSTA-RICHMOND COUNTY GOVERNMENT Source Envelope: Document Pages: 7 Signatures: 3 Envelope Originator: Certificate Pages: 5 Initials: 0 GDOT DocuSign Admin AutoNav: Enabled EnvelopeId Stamping: Enabled Time Zone: (UTC-05:00) Eastern Time (US & Canada) 600 W Peachtree St, NW Atlanta, GA 30308 gdot_contracts@dot.ga.gov IP Address: 143.100.53.12 Record Tracking Status: Original 5/24/2021 9:26:34 AM Holder: GDOT DocuSign Admin gdot_contracts@dot.ga.gov Location: DocuSign Security Appliance Status: Connected Pool: StateLocal Storage Appliance Status: Connected Pool: Georgia Department of Transportation Location: DocuSign Signer Events Signature Timestamp Patrick Allen paallen@dot.ga.gov Security Level: Email, Account Authentication (None) Signature Adoption: Pre-selected Style Using IP Address: 143.100.55.12 Sent: 5/24/2021 9:32:32 AM Viewed: 5/24/2021 1:35:13 PM Signed: 5/24/2021 1:35:19 PM Electronic Record and Signature Disclosure: Accepted: 3/26/2020 3:55:26 PM ID: ff80760c-f631-4e2f-9c38-132eb7985a62 Russell R McMurry rmcmurry@dot.ga.gov Security Level: .Email 5/28/2021 3:26:22 PM Signature Adoption: Pre-selected Style Using IP Address: 143.100.53.12 Sent: 5/24/2021 1:35:23 PM Resent: 5/28/2021 11:56:13 AM Viewed: 5/28/2021 3:26:27 PM Signed: 5/28/2021 3:26:39 PM Electronic Record and Signature Disclosure: Accepted: 2/26/2016 9:35:33 AM ID: cd5459ce-99ae-409c-b25c-b6922ca5a283 Connie J. Steele csteele@dot.ga.gov Security Level: .Email ID: 52cd33b9-dc83-4372-8e6a-f76f26df12e8 5/28/2021 4:37:49 PM Signature Adoption: Uploaded Signature Image Using IP Address: 143.100.53.12 Sent: 5/28/2021 3:26:41 PM Resent: 5/28/2021 4:12:41 PM Viewed: 5/28/2021 4:37:57 PM Signed: 5/28/2021 4:38:08 PM Electronic Record and Signature Disclosure: Accepted: 7/5/2016 9:04:14 AM ID: b94ad1d0-9941-4369-a43a-2580d721ac4a In Person Signer Events Signature Timestamp Editor Delivery Events Status Timestamp Agent Delivery Events Status Timestamp Intermediary Delivery Events Status Timestamp Attachment number 1 \nPage 11 of 28 Item # 12 Certified Delivery Events Status Timestamp Carbon Copy Events Status Timestamp Witness Events Signature Timestamp Notary Events Signature Timestamp Envelope Summary Events Status Timestamps Envelope Sent Hashed/Encrypted 5/24/2021 9:32:32 AM Certified Delivered Security Checked 5/28/2021 4:37:57 PM Signing Complete Security Checked 5/28/2021 4:38:08 PM Completed Security Checked 5/28/2021 4:38:08 PM Payment Events Status Timestamps Electronic Record and Signature Disclosure Attachment number 1 \nPage 12 of 28 Item # 12 ELECTRONIC RECORD AND SIGNATURE DISCLOSURE From time to time, Georgia Department of Transportation (we, us or Company) may be required by law to provide to you certain written notices or disclosures. Described below are the terms and conditions for providing to you such notices and disclosures electronically through your DocuSign, Inc. (DocuSign) Express user account. Please read the information below carefully and thoroughly, and if you can access this information electronically to your satisfaction and agree to these terms and conditions, please confirm your agreement by clicking the 'I agree' button at the bottom of this document. Getting paper copies At any time, you may request from us a paper copy of any record provided or made available electronically to you by us. For such copies, as long as you are an authorized user of the DocuSign system you will have the ability to download and print any documents we send to you through your DocuSign user account for a limited period of time (usually 30 days) after such documents are first sent to you. After such time, if you wish for us to send you paper copies of any such documents from our office to you, you will be charged a $0.00 per-page fee. You may request delivery of such paper copies from us by following the procedure described below. Withdrawing your consent If you decide to receive notices and disclosures from us electronically, you may at any time change your mind and tell us that thereafter you want to receive required notices and disclosures only in paper format. How you must inform us of your decision to receive future notices and disclosure in paper format and withdraw your consent to receive notices and disclosures electronically is described below. Consequences of changing your mind If you elect to receive required notices and disclosures only in paper format, it will slow the speed at which we can complete certain steps in transactions with you and delivering services to you because we will need first to send the required notices or disclosures to you in paper format, and then wait until we receive back from you your acknowledgment of your receipt of such paper notices or disclosures. To indicate to us that you are changing your mind, you must withdraw your consent using the DocuSign 'Withdraw Consent' form on the signing page of your DocuSign account. This will indicate to us that you have withdrawn your consent to receive required notices and disclosures electronically from us and you will no longer be able to use your DocuSign Express user account to receive required notices and consents electronically from us or to sign electronically documents from us. All notices and disclosures will be sent to you electronically Unless you tell us otherwise in accordance with the procedures described herein, we will provide electronically to you through your DocuSign user account all required notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to you during the course of our relationship with you. To reduce the chance of you inadvertently not receiving any notice or disclosure, we prefer to provide all of the required notices and disclosures to you by the same method and to the same address that you have given us. Thus, you can receive all the disclosures and notices electronically or in paper format through the paper mail delivery system. If you do not agree with this process, please let us know as described below. Please also see the paragraph immediately above that describes the consequences of your electing not to receive delivery of the notices and disclosures electronically from us. Electronic Record and Signature Disclosure created on: 2/24/2016 6:37:22 PM Parties agreed to: Patrick Allen, Russell R McMurry, Connie J. Steele Attachment number 1 \nPage 13 of 28 Item # 12 How to contact Georgia Department of Transportation: You may contact us to let us know of your changes as to how we may contact you electronically, to request paper copies of certain information from us, and to withdraw your prior consent to receive notices and disclosures electronically as follows: To contact us by email send messages to: gdot_contracts@dot.ga.gov To advise Georgia Department of Transportation of your new e-mail address To let us know of a change in your e-mail address where we should send notices and disclosures electronically to you, you must send an email message to us at gdot_contracts@dot.ga.gov and in the body of such request you must state: your previous e-mail address, your new e-mail address. We do not require any other information from you to change your email address.. In addition, you must notify DocuSign, Inc to arrange for your new email address to be reflected in your DocuSign account by following the process for changing e-mail in DocuSign. To request paper copies from Georgia Department of Transportation To request delivery from us of paper copies of the notices and disclosures previously provided by us to you electronically, you must send us an e-mail to gdot_contracts@dot.ga.gov and in the body of such request you must state your e-mail address, full name, US Postal address, and telephone number. We will bill you for any fees at that time, if any. To withdraw your consent with Georgia Department of Transportation To inform us that you no longer want to receive future notices and disclosures in electronic format you may: i. decline to sign a document from within your DocuSign account, and on the subsequent page, select the check-box indicating you wish to withdraw your consent, or you may; ii. send us an e-mail to gdot_contracts@dot.ga.gov and in the body of such request you must state your e-mail, full name, IS Postal Address, telephone number, and account number. We do not need any other information from you to withdraw consent.. The consequences of your withdrawing consent for online documents will be that transactions may take a longer time to process.. Required hardware and software Operating Systems: Windows2000? or WindowsXP? Browsers (for SENDERS): Internet Explorer 6.0? or above Browsers (for SIGNERS): Internet Explorer 6.0?, Mozilla FireFox 1.0, NetScape 7.2 (or above) Email: Access to a valid email account Screen Resolution: 800 x 600 minimum Enabled Security Settings: •Allow per session cookies •Users accessing the internet behind a Proxy Server must enable HTTP 1.1 settings via proxy connection ** These minimum requirements are subject to change. If these requirements change, we will provide you with an email message at the email address we have on file for you at that time providing you with the revised hardware and software requirements, at which time you will have the right to withdraw your consent. Attachment number 1 \nPage 14 of 28 Item # 12 Acknowledging your access and consent to receive materials electronically To confirm to us that you can access this information electronically, which will be similar to other electronic notices and disclosures that we will provide to you, please verify that you were able to read this electronic disclosure and that you also were able to print on paper or electronically save this page for your future reference and access or that you were able to e-mail this disclosure and consent to an address where you will be able to print on paper or save it for your future reference and access. Further, if you consent to receiving notices and disclosures exclusively in electronic format on the terms and conditions described above, please let us know by clicking the 'I agree' button below. By checking the 'I Agree' box, I confirm that: • I can access and read this Electronic CONSENT TO ELECTRONIC RECEIPT OF ELECTRONIC RECORD AND SIGNATURE DISCLOSURES document; and • I can print on paper the disclosure or save or send the disclosure to a place where I can print it, for future reference and access; and • Until or unless I notify Georgia Department of Transportation as described above, I consent to receive from exclusively through electronic means all notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to me by Georgia Department of Transportation during the course of my relationship with you. Attachment number 1 \nPage 15 of 28 Item # 12 Tabulation of Bids Contract Description: Call Order: Contract Time: Project(s): District(s): Counties: July 17, 2020 4.481 MILES OF MILLING, INLAY AND PLANT MIX RESURFACING ON SR 28 BEGINNING NORTH OF CALHOUN EXPRESSWAY BRIDGE AND EXTENDING NORTH OF THE CSX RAILROAD AND ON SR 104 CONN BEGINNING AT SR 28 AND EXTENDING TO PLEASANT HOME ROAD. (E) Letting Date:District 2 - Tennille, Area Office 4 - Augusta Richmond 024 Contract ID: 06/30/21 COMPLETION DATE B1CBA2001979-0 M005972, M005974 Page:1 7/30/2020 Unit PriceQuantity and Units Line No / Item ID Unit Price Ext Amount Unit Price Item Description Alt Set / Alt Member Ext AmountExt Amount (1) REEVES CONSTRUCTION COMPANY (2) E. R. SNELL CONTRACTOR, INC. (3) BEAM'S CONTRACTING, INC. 0001 ROADWAYSECTION:Cat Alt Set:Cat Alt Member:LCC: 0005 150-1000 TRAFFIC CONTROL - M005972 (1) LS 454,220.00000 454,220.00 360,000.00000 360,000.00 323,340.00000 323,340.00 0010 150-1000 TRAFFIC CONTROL - M005974 (1) LS 63,530.00000 63,530.00 36,000.00000 36,000.00 62,432.00000 62,432.00 0015 402-1802 RECYCLED ASPH CONC PATCHING, INCL BITUM MATL & H LIME 2,050.000 TN 61.00000 125,050.00 119.00000 243,950.00 103.77000 212,728.50 0020 402-4510 RECYCLED ASPH CONC 12.5 MM SUPERPAVE, GP 2 ONLY, INCL POLYMER-MODIFIED BITUM MATL & H LIME 16,497.000 TN 71.35000 1,177,060.95 69.05000 1,139,117.85 83.60000 1,379,149.20 Attachment number 1 \nPage 16 of 28 Item # 12 Tabulation of Bids Contract Description: Call Order: Contract Time: Project(s): District(s): Counties: July 17, 2020 4.481 MILES OF MILLING, INLAY AND PLANT MIX RESURFACING ON SR 28 BEGINNING NORTH OF CALHOUN EXPRESSWAY BRIDGE AND EXTENDING NORTH OF THE CSX RAILROAD AND ON SR 104 CONN BEGINNING AT SR 28 AND EXTENDING TO PLEASANT HOME ROAD. (E) Letting Date:District 2 - Tennille, Area Office 4 - Augusta Richmond 024 Contract ID: 06/30/21 COMPLETION DATE B1CBA2001979-0 M005972, M005974 Page:2 7/30/2020 Unit PriceQuantity and Units Line No / Item ID Unit Price Ext Amount Unit Price Item Description Alt Set / Alt Member Ext AmountExt Amount (1) REEVES CONSTRUCTION COMPANY (2) E. R. SNELL CONTRACTOR, INC. (3) BEAM'S CONTRACTING, INC. 0001 ROADWAYSECTION:Cat Alt Set:Cat Alt Member:LCC: 0025 413-0750 TACK COAT 9,123.000 GL 3.00000 27,369.00 1.70000 15,509.10 3.40000 31,018.20 0030 432-5010 MILL ASPH CONC PVMT, VARIABLE DEPTH 195,862.000 SY 0.85000 166,482.70 1.35000 264,413.70 1.00000 195,862.00 0035 456-2015 INDENTATION RUMBLE STRIPS - GROUND-IN-PLACE (SKIP) 0.180 GLM 64,666.67000 11,640.00 95,000.00000 17,100.00 24,326.70000 4,378.81 0036 611-8050 ADJUST MANHOLE TO GRADE 43.000 EA 1,825.00000 78,475.00 1,935.00000 83,205.00 714.60000 30,727.80 0037 611-8140 ADJUST WATER VALVE BOX TO GRADE 75.000 EA 1,500.00000 112,500.00 925.00000 69,375.00 422.69000 31,701.75 Attachment number 1 \nPage 17 of 28 Item # 12 Tabulation of Bids Contract Description: Call Order: Contract Time: Project(s): District(s): Counties: July 17, 2020 4.481 MILES OF MILLING, INLAY AND PLANT MIX RESURFACING ON SR 28 BEGINNING NORTH OF CALHOUN EXPRESSWAY BRIDGE AND EXTENDING NORTH OF THE CSX RAILROAD AND ON SR 104 CONN BEGINNING AT SR 28 AND EXTENDING TO PLEASANT HOME ROAD. (E) Letting Date:District 2 - Tennille, Area Office 4 - Augusta Richmond 024 Contract ID: 06/30/21 COMPLETION DATE B1CBA2001979-0 M005972, M005974 Page:3 7/30/2020 Unit PriceQuantity and Units Line No / Item ID Unit Price Ext Amount Unit Price Item Description Alt Set / Alt Member Ext AmountExt Amount (1) REEVES CONSTRUCTION COMPANY (2) E. R. SNELL CONTRACTOR, INC. (3) BEAM'S CONTRACTING, INC. 0001 ROADWAYSECTION:Cat Alt Set:Cat Alt Member:LCC: 0040 647-6200 LOOP DETECTOR, 6 FT X 6 FT, BIPOLE 66.000 EA 569.00000 37,554.00 607.00000 40,062.00 642.45000 42,401.70 0045 647-6300 LOOP DETECTOR, 6 FT X 40 FT, QUADRUPOLE 84.000 EA 998.00000 83,832.00 1,065.00000 89,460.00 1,126.84000 94,654.56 0050 653-0100 THERMOPLASTIC PVMT MARKING, RR/HWY CROSSING SYMBOL 3.000 EA 500.00000 1,500.00 531.00000 1,593.00 564.55000 1,693.65 0055 653-0110 THERMOPLASTIC PVMT MARKING, ARROW, TP 1 25.000 EA 65.00000 1,625.00 69.00000 1,725.00 87.97000 2,199.25 Attachment number 1 \nPage 18 of 28 Item # 12 Tabulation of Bids Contract Description: Call Order: Contract Time: Project(s): District(s): Counties: July 17, 2020 4.481 MILES OF MILLING, INLAY AND PLANT MIX RESURFACING ON SR 28 BEGINNING NORTH OF CALHOUN EXPRESSWAY BRIDGE AND EXTENDING NORTH OF THE CSX RAILROAD AND ON SR 104 CONN BEGINNING AT SR 28 AND EXTENDING TO PLEASANT HOME ROAD. (E) Letting Date:District 2 - Tennille, Area Office 4 - Augusta Richmond 024 Contract ID: 06/30/21 COMPLETION DATE B1CBA2001979-0 M005972, M005974 Page:4 7/30/2020 Unit PriceQuantity and Units Line No / Item ID Unit Price Ext Amount Unit Price Item Description Alt Set / Alt Member Ext AmountExt Amount (1) REEVES CONSTRUCTION COMPANY (2) E. R. SNELL CONTRACTOR, INC. (3) BEAM'S CONTRACTING, INC. 0001 ROADWAYSECTION:Cat Alt Set:Cat Alt Member:LCC: 0060 653-0120 THERMOPLASTIC PVMT MARKING, ARROW, TP 2 196.000 EA 65.00000 12,740.00 69.00000 13,524.00 73.39000 14,384.44 0065 653-0130 THERMOPLASTIC PVMT MARKING, ARROW, TP 3 15.000 EA 100.00000 1,500.00 106.00000 1,590.00 112.90000 1,693.50 0066 653-0150 THERMOPLASTIC PVMT MARKING, ARROW, TP 5 2.000 EA 150.00000 300.00 160.00000 320.00 169.36000 338.72 0070 653-0210 THERMOPLASTIC PVMT MARKING, WORD, TP 1 50.000 EA 100.00000 5,000.00 106.00000 5,300.00 112.90000 5,645.00 Attachment number 1 \nPage 19 of 28 Item # 12 Tabulation of Bids Contract Description: Call Order: Contract Time: Project(s): District(s): Counties: July 17, 2020 4.481 MILES OF MILLING, INLAY AND PLANT MIX RESURFACING ON SR 28 BEGINNING NORTH OF CALHOUN EXPRESSWAY BRIDGE AND EXTENDING NORTH OF THE CSX RAILROAD AND ON SR 104 CONN BEGINNING AT SR 28 AND EXTENDING TO PLEASANT HOME ROAD. (E) Letting Date:District 2 - Tennille, Area Office 4 - Augusta Richmond 024 Contract ID: 06/30/21 COMPLETION DATE B1CBA2001979-0 M005972, M005974 Page:5 7/30/2020 Unit PriceQuantity and Units Line No / Item ID Unit Price Ext Amount Unit Price Item Description Alt Set / Alt Member Ext AmountExt Amount (1) REEVES CONSTRUCTION COMPANY (2) E. R. SNELL CONTRACTOR, INC. (3) BEAM'S CONTRACTING, INC. 0001 ROADWAYSECTION:Cat Alt Set:Cat Alt Member:LCC: 0071 653-0296 THERMOPLASTIC PVMT MARKING, WORD, TP 15 1.000 EA 150.00000 150.00 160.00000 160.00 169.36000 169.36 0075 653-1704 THERMOPLASTIC SOLID TRAF STRIPE, 24 IN, WHITE 2,740.000 LF 6.00000 16,440.00 6.40000 17,536.00 6.77000 18,549.80 0080 653-1804 THERMOPLASTIC SOLID TRAF STRIPE, 8 IN, WHITE 20,900.000 LF 2.00000 41,800.00 2.10000 43,890.00 2.26000 47,234.00 0085 653-2501 THERMOPLASTIC SOLID TRAF STRIPE, 5 IN, WHITE 10.000 LM 2,000.00000 20,000.00 2,125.00000 21,250.00 2,258.20000 22,582.00 Attachment number 1 \nPage 20 of 28 Item # 12 Tabulation of Bids Contract Description: Call Order: Contract Time: Project(s): District(s): Counties: July 17, 2020 4.481 MILES OF MILLING, INLAY AND PLANT MIX RESURFACING ON SR 28 BEGINNING NORTH OF CALHOUN EXPRESSWAY BRIDGE AND EXTENDING NORTH OF THE CSX RAILROAD AND ON SR 104 CONN BEGINNING AT SR 28 AND EXTENDING TO PLEASANT HOME ROAD. (E) Letting Date:District 2 - Tennille, Area Office 4 - Augusta Richmond 024 Contract ID: 06/30/21 COMPLETION DATE B1CBA2001979-0 M005972, M005974 Page:6 7/30/2020 Unit PriceQuantity and Units Line No / Item ID Unit Price Ext Amount Unit Price Item Description Alt Set / Alt Member Ext AmountExt Amount (1) REEVES CONSTRUCTION COMPANY (2) E. R. SNELL CONTRACTOR, INC. (3) BEAM'S CONTRACTING, INC. 0001 ROADWAYSECTION:Cat Alt Set:Cat Alt Member:LCC: 0090 653-2502 THERMOPLASTIC SOLID TRAF STRIPE, 5 IN, YELLOW 9.400 LM 2,000.00000 18,800.00 2,125.00000 19,975.00 2,258.20000 21,227.08 0095 653-4501 THERMOPLASTIC SKIP TRAF STRIPE, 5 IN, WHITE 10.650 GLM 1,300.00000 13,845.00 1,380.00000 14,697.00 1,467.83000 15,632.39 0100 653-4502 THERMOPLASTIC SKIP TRAF STRIPE, 5 IN, YELLOW 9.400 GLM 1,300.00000 12,220.00 1,380.00000 12,972.00 1,467.83000 13,797.60 0105 653-6004 THERMOPLASTIC TRAF STRIPING, WHITE 1,425.000 SY 3.50000 4,987.50 3.70000 5,272.50 3.95000 5,628.75 Attachment number 1 \nPage 21 of 28 Item # 12 Tabulation of Bids Contract Description: Call Order: Contract Time: Project(s): District(s): Counties: July 17, 2020 4.481 MILES OF MILLING, INLAY AND PLANT MIX RESURFACING ON SR 28 BEGINNING NORTH OF CALHOUN EXPRESSWAY BRIDGE AND EXTENDING NORTH OF THE CSX RAILROAD AND ON SR 104 CONN BEGINNING AT SR 28 AND EXTENDING TO PLEASANT HOME ROAD. (E) Letting Date:District 2 - Tennille, Area Office 4 - Augusta Richmond 024 Contract ID: 06/30/21 COMPLETION DATE B1CBA2001979-0 M005972, M005974 Page:7 7/30/2020 Unit PriceQuantity and Units Line No / Item ID Unit Price Ext Amount Unit Price Item Description Alt Set / Alt Member Ext AmountExt Amount (1) REEVES CONSTRUCTION COMPANY (2) E. R. SNELL CONTRACTOR, INC. (3) BEAM'S CONTRACTING, INC. 0001 ROADWAYSECTION:Cat Alt Set:Cat Alt Member:LCC: 0110 653-6006 THERMOPLASTIC TRAF STRIPING, YELLOW 1,115.000 SY 3.50000 3,902.50 3.70000 4,125.50 3.95000 4,404.25 0115 654-1001 RAISED PVMT MARKERS TP 1 2,027.000 EA 3.50000 7,094.50 3.70000 7,499.90 3.95000 8,006.65 0120 654-1003 RAISED PVMT MARKERS TP 3 1,297.000 EA 3.50000 4,539.50 3.70000 4,798.90 3.95000 5,123.15 0125 654-1010 RAISED PVMT MARKERS TP 10 50.000 EA 35.00000 1,750.00 37.20000 1,860.00 39.51000 1,975.50 Attachment number 1 \nPage 22 of 28 Item # 12 Tabulation of Bids Contract Description: Call Order: Contract Time: Project(s): District(s): Counties: July 17, 2020 4.481 MILES OF MILLING, INLAY AND PLANT MIX RESURFACING ON SR 28 BEGINNING NORTH OF CALHOUN EXPRESSWAY BRIDGE AND EXTENDING NORTH OF THE CSX RAILROAD AND ON SR 104 CONN BEGINNING AT SR 28 AND EXTENDING TO PLEASANT HOME ROAD. (E) Letting Date:District 2 - Tennille, Area Office 4 - Augusta Richmond 024 Contract ID: 06/30/21 COMPLETION DATE B1CBA2001979-0 M005972, M005974 Page:8 7/30/2020 Unit PriceQuantity and Units Line No / Item ID Unit Price Ext Amount Unit Price Item Description Alt Set / Alt Member Ext AmountExt Amount (1) REEVES CONSTRUCTION COMPANY (2) E. R. SNELL CONTRACTOR, INC. (3) BEAM'S CONTRACTING, INC. 0001 ROADWAYSECTION:Cat Alt Set:Cat Alt Member:LCC: 0130 657-9230 WET REFLECTIVE PREFORMED SOLID PAVEMENT MARKINGS, 8 IN, CONTRAST (BLACK-WHITE) 0.085 LM 34,320.00000 2,917.20 34,340.00000 2,918.90 38,750.65000 3,293.81 0135 657-9235 WET REFLECTIVE PREFORMED SOLID PAVEMENT MARKINGS, 8 IN, CONTRAST (BLACK-YELLOW) 0.062 LM 34,320.00000 2,127.84 35,310.00000 2,189.22 38,750.65000 2,402.54 0140 657-9310 WET REFLECTIVE PREFORMED SKIP PAVEMENT MARKINGS, 5 INCH WIDE, WHITE 330.000 GLF 3.00000 990.00 3.20000 1,056.00 3.39000 1,118.70 Attachment number 1 \nPage 23 of 28 Item # 12 Tabulation of Bids Contract Description: Call Order: Contract Time: Project(s): District(s): Counties: July 17, 2020 4.481 MILES OF MILLING, INLAY AND PLANT MIX RESURFACING ON SR 28 BEGINNING NORTH OF CALHOUN EXPRESSWAY BRIDGE AND EXTENDING NORTH OF THE CSX RAILROAD AND ON SR 104 CONN BEGINNING AT SR 28 AND EXTENDING TO PLEASANT HOME ROAD. (E) Letting Date:District 2 - Tennille, Area Office 4 - Augusta Richmond 024 Contract ID: 06/30/21 COMPLETION DATE B1CBA2001979-0 M005972, M005974 Page:9 7/30/2020 Unit PriceQuantity and Units Line No / Item ID Unit Price Ext Amount Unit Price Item Description Alt Set / Alt Member Ext AmountExt Amount (1) REEVES CONSTRUCTION COMPANY (2) E. R. SNELL CONTRACTOR, INC. (3) BEAM'S CONTRACTING, INC. 0001 ROADWAYSECTION:Cat Alt Set:Cat Alt Member:LCC: 0145 657-9313 WET REFLECTIVE PREFORMED SKIP PAVEMENT MARKINGS, 5 INCH WIDE, BLACK 330.000 GLF 3.00000 990.00 3.20000 1,056.00 3.39000 1,118.70 0146 657-9535 WET REFLECTIVE PREFORMED PLASTIC PVMT MKG, ARROW TP 2, WHITE, TP PB-WR 1.000 EA 500.00000 500.00 530.00000 530.00 564.55000 564.55 Section Total with LCC:$2,513,432.69 $2,544,031.57 $2,607,177.91 Life Cycle Costs: $2,607,177.91$2,513,432.69 $2,544,031.57Section Totals: $2,544,031.57$2,513,432.69 $2,607,177.91Contract Item Totals Contract Time Totals Contract Life Cycle Costs Totals Attachment number 1 \nPage 24 of 28 Item # 12 Tabulation of Bids Contract Description: Call Order: Contract Time: Project(s): District(s): Counties: July 17, 2020 4.481 MILES OF MILLING, INLAY AND PLANT MIX RESURFACING ON SR 28 BEGINNING NORTH OF CALHOUN EXPRESSWAY BRIDGE AND EXTENDING NORTH OF THE CSX RAILROAD AND ON SR 104 CONN BEGINNING AT SR 28 AND EXTENDING TO PLEASANT HOME ROAD. (E) Letting Date:District 2 - Tennille, Area Office 4 - Augusta Richmond 024 Contract ID: 06/30/21 COMPLETION DATE B1CBA2001979-0 M005972, M005974 Page:10 7/30/2020 ( ) indicates item is bid as Lump Sum $2,513,432.69 $2,544,031.57 2,607,177.91Contract Grand Totals Contract Life Cycle Costs Totals $0.00 $0.00 $0.00 Attachment number 1 \nPage 25 of 28 Item # 12 Tabulation of Bids Contract Description: Call Order: Contract Time: Project(s): District(s): Counties: July 17, 2020 4.481 MILES OF MILLING, INLAY AND PLANT MIX RESURFACING ON SR 28 BEGINNING NORTH OF CALHOUN EXPRESSWAY BRIDGE AND EXTENDING NORTH OF THE CSX RAILROAD AND ON SR 104 CONN BEGINNING AT SR 28 AND EXTENDING TO PLEASANT HOME ROAD. (E) Letting Date:District 2 - Tennille, Area Office 4 - Augusta Richmond 024 Contract ID: 06/30/21 COMPLETION DATE B1CBA2001979-0 M005972, M005974 Page:11 7/30/2020 Attachment number 1 \nPage 26 of 28 Item # 12 Vendor Ranking Page:1 Contract ID: 4.481 MILES OF MILLING, INLAY AND PLANT MIX RESURFACING ON SR 28 BEGINNING NORTH OF CALHOUN EXPRESSWAY BRIDGE AND EXTENDING NORTH OF THE CSX RAILROAD AND ON SR 104 CONN BEGINNING AT SR 28 AND EXTENDING TO PLEASANT HOME ROAD. (E) District 2 - Tennille, Area Office 4 - Augusta Letting Date: Contract Description: District(s): 06/30/21 COMPLETION DATE B1CBA2001979-0 July 17, 2020 11:00 AM M005972, M005974 Richmond024Counties: Contract Time: Call Order: Project(s): 7/30/2020 Percent Of Low BidTotal BidRankVendor ID/Name 1 2RE390 REEVES CONSTRUCTION COMPANY $2,513,432.69 100.00% 2 2SN250 E. R. SNELL CONTRACTOR, INC.$2,544,031.57 101.22% 3 2BE070 BEAM'S CONTRACTING, INC.$2,607,177.91 103.73% Attachment number 1 \nPage 27 of 28 Item # 12 611-8050 ADJUST MANHOLE TO GRADE(611-8050)EA 0 1,000.00$ $ - -$ $ - -$ -$ 611-8140 ADJUST WATER VALVE BOX TO EA 12 500.00$ $ 6,000.00 12 1,500.00$ 18,000.00$ $ 18,000.00 -$ -$ $ - -$ $ - -$ -$ $ - -$ $ - -$ -$ $ - -$ $ - -$ -$ $ - -$ $ - -$ -$ $ - -$ $ - -$ -$ $ - -$ $ - -$ -$ $ - -$ $ - -$ -$ $ - -$ $ - -$ -$ $ - -$ $ - -$ -$ $ - -$ $ - -$ -$ $ - -$ $ - -$ -$ $ - -$ $ - -$ -$ $ - -$ $ - -$ -$ $ - -$ $ - -$ -$ $ - -$ $ - -$ -$ $ - -$ $ - -$ -$ $ - -$ $ - -$ -$ $ - -$ $ - -$ -$ $ - -$ $ - -$ -$ $ - -$ $ - -$ -$ $ - -$ $ - -$ -$ $ - -$ $ - -$ -$ $ - -$ $ - -$ -$ $ - -$ $ - -$ -$ -$ $ - -$ -$ -$ $ - -$ -$ GDOT SHARE TOTAL Actual In-Kind Bid Cost TOTAL Actual Betterment Bid Cost TOTAL -$ 0.00%18,000.00$ -$ UTILITY OWNER SHARE CHECK RECEIVED -$ 100.00% NOTE:NOTES: 1 Actual Total Bid Cost Actual In-Kind Bid CostPay Item and Description Orig Est Cost TOTAL EST In-Kind TOTAL Betterment EST NON-REIMBURSIBLE / FACILITY OWNER SHARE TOTAL ESTIMATE IN-KIND & BETTERMENT TOTAL Actual Bid Cost $ 6,000.00 $ - 18,000.00$ Final QTY Final Cost P.I. M005974 - Richmond County - Augusta-Richmond County - Water and Sewer Facilities Orig Plan Total Qty In-Kind Items Orig Est Cost Orig Plan Total Qty Additional Description Orig Est Unit Price Actual Bid Costs Unit Betterment Items Actual Betterment Bid Cost In-Kind / Betterment Total Qty Actual Bid Total Qty Actual Bid Unit Price TOTAL BID COST NON- REIMBURSIBLE / FACILITY OWNER SHARE TOTAL BID COST IN-KIND & BETTERMENT $ 6,000.00 $ 6,000.00 18,000.00$ 18,000.00$ REIMBURSIBLE / GDOT SHARE TOTAL ESTIMATE IN-KIND (NON- REIMBURSABLE) FACILITY OWNER SHARE & BETTERMENT TOTAL BID COST / REIMBURSIBLE/ GDOT SHARE TOTAL BID COST IN-KIND (NON- REIMBURSABLE) FACILITY OWNER SHARE & BETTERMENT AMOUNT DUE FROM UTILITY OWNER -$ $ - $ 6,000.00 $ - 18,000.00$ Add Row Click the 'Add Row' button to add a new CIA Spreadsheest M005974 Richmond County Augusta-Richmond-Actual Bid Cost 6-8-21 1/1 Attachment number 1 \nPage 28 of 28 Item # 12 DeLorme Street Atlas USA® 2013 Data use subject to license. © DeLorme. DeLorme Street Atlas USA® 2013. www.delorme.com TN MN (6.9°W) 0 140 280 420 560 700 0 40 80 120 160 200 ftm Scale 1 : 5,200 1" = 433.3 ft Data Zoom 15-3 At t a c h m e n t n u m b e r 2 \ n P a g e 1 o f 1 It e m # 1 2 Attachment number 3 \nPage 1 of 1 Item # 12 Engineering Services Committee Meeting 8/31/2021 1:20 PM Motion to Approve Recapture and Reallocation of Utilities related to GDOT-Augusta Contract Agreements Final Cost Summary. Department:Utilities Presenter:Wes Byne Caption:Motion to approve recapture and reallocation of utilities related to GDOT-Augusta Contract Agreements Final Cost Summary for water main and sanitary sewer main work on various previously approved projects throughout Richmond County. Background:The Georgia Department of Transportation and Augusta previously agreed through GDOT’s contract agreements to provide funding for relocation efforts on five (5) GDOT projects where either water mains and/or sanitary sewer mains had to be relocated due to conflict with the Right-of-Way. All of these projects have been since completed and Augusta has a remaining balance of $167,080.23 owed to GDOT for the approved work. This was approved by the Commission on March 21, 2017 as a part of the recapture and reallocation of Utilities related to SPLOST. Analysis:Approving the reallocation will allow GDOT and Augusta Utilities Department to conclude all of the active contract agreements for relocation efforts of water mains and sanitary sewer mains in the GDOT projects. Financial Impact:The financial impact is $167,080.23 based on the remaining owed to GDOT. Funding is available from the accounts: G/L 512043490-5425410 J/L 82000080-5425410 Alternatives:No alternatives are recommended. Recommendation:Augusta Utilities Department recommend the Commission agree to the terms of the contract item agreement final cost summary with GDOT in the amount of $167,080.23. Cover Memo Item # 13 Funds are Available in the Following Accounts: Funding is available from the accounts: G/L 512043490- 5425410 J/L 82000080-5425410 REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Item # 13 PLEASE RETURN BOTTOM PORTION WITH YOUR PAYMENT Augusta-Richmond County Invoice Number INV-011126 Due Date Amount Due $167,080.23 The P.O. Box address below is for payments only Make all checks payable to: Georgia Department of Transportation P.O. Box 931900 Atlanta, GA 31193-1900 Office - Utilities Sub Total 167,080.23 Total $167,080.23 Balance Due $167,080.23 Invoice Date :06.16.2021 Reference : 2220510,250560,222110, 0006431,262750- Richmond County - Augusta-richmond County-W & S Contract Item Agreement INVOICE Invoice# INV-011126 Balance Due $167,080.23 Bill To Augusta-Richmond County 535 Telfair Street Suite 200 Augusta, Georgia 30901 #Description Qty Rate Amount 1 W & S Placed in GDOT contract 1.00 167,080.2 3 167,080.23 Attachment number 1 \nPage 1 of 3 Item # 13 Russell R. McCurry, P.E., Commissioner One Georgia Center 600 West Peachtree Street, NW Atlanta, GA 30308 (404) 631-1000 Main Office July 7, 2020 Mr. Hardie Davis, Jr., Mayor Augusta Commission Augusta-Richmond County 535 Telfair Street, Room 200 Augusta, Georgia 30901 SUBJECT: Final Cost Summary for Contract Item Agreements- PI# 250560, 250510, 0006431, 222110, 262750 Dear Mr. Davis, The department received a check in the amount of $1,741,290.96 for the final cost for the combination of the referenced projects. As stated in the below table the final cost amount due from Augusta- Richmond County was $ 1,908,371.19. Please reimburse department the remaining balance of $167,080.23 as soon as possible. Please send your checks to Georgia Department of Transportation, Office of Utilities, P.O. Box 931900, Atlanta, Georgia 31193-1900. Final Accept ance Date PI Number / Project No. County Bid Amount Check Rcvd. Comments 4/9/09 250560 / STP-7006 (6) Columbia- Richmond $1,125,691.80 For: Bid $1,125,691.80 Amount: - 0 Check No.: - Date Rcvd: - For: SA#005 Amount: $331,625.25 Check No.: 207153 Date Rcvd: 2/2/07 Final Cost of $1,774,630.41- Check received $331,625.25(SA#005) = $1,443,005.16 is due from Augusta-Richmond Combined Government for the final cost overrun on this project. Balance: $1,443,005.16 *8/6/07 222110 / EDS-565-00 (9) Burke- Richmond $1,581,897.85 For: Bid : $1,581,897.85 Amount: $1,581,897.85 Check No.: 140303 Date Rcvd: 10/29/04 Refund due to the Augusta- Richmond Combined Government in the amount of $45,134.98 for the final cost underrun on this project. Refund Due: $45,134.98 7/24/13 262750 / DE-00MS (389) Richmond $743,307.34 For: Bid: $743,307.34 Amount: -0 Check No.: - Date Rcvd: - Final cost in the amount of $615,599.16 due from Augusta- Richmond Combined Government for the final cost on this project. Initial Check in the amount of $743,307.34 not Attachment number 1 \nPage 2 of 3 Item # 13 Total amount due from Augusta Richmond Combined Government was $1,908,371.19 Check received from Augusta Richmond Combined Government $1,741,290.96 Balance Due $167,080.23 You may contact Marcela Coll, Utilities Preconstruction Manager, if further information is needed at 404-347- 0606 or by mail addressed to State of Georgia, Office of Utilities, One, Georgia Center, 600 West Peachtree St, 10th Floor, Atlanta, Georgia 30308 or by e-mail at mcoll@dot.ga.gov. Very truly yours Shajan Joseph, P.E. . Assistant State Utilities Administrator For: Patrick Allen, P.E. State Utilities Administrator PA: SPJ: MGC: AM Attachments cc: Marc Mastronardi, P.E., Director of Construction Corbett Reynolds., District 2 Engineer Jimmy Lindsey, District 2 Utilities Manager Brian Brooks, Accounting Manager Emma DeLouis, Financial Manager Marilyn Landers, Accountant 3 received Balance: $615,599.16 1/13/17 *0006431 / CSSTP-0006-00 (431) Richmond $3,542,565.00 For: Bid: $3,542,565.00 Amount: $3,542,565.00 Check No.: 365287 Date Rcvd: 9/27/13 $266,157.48 due to Augusta- Richmond Combined Government for the final cost overrun on this project. Refund due: $266,157.48 10/5/16 250510 / STP00-7001- 00(009) Richmond $1,785,212.75 For: Bid: $1,785,212.75 Amount: $1,500,000 .00 Check No.: 358954 Date Rcvd: 6/14/13 For: Bid Amount: $75,412.58 Check No.: 358953 Date Rcvd: 6/14/13 $161,059.33 due from Augusta- Richmond Combined Government for the final cost overrun on this project. Balance: $161,059.33 Attachment number 1 \nPage 3 of 3 Item # 13 Attachment number 2 \nPage 1 of 8 Item # 13 Attachment number 2 \nPage 2 of 8 Item # 13 At t a c h m e n t n u m b e r 2 \ n P a g e 3 o f 8 It e m # 1 3 At t a c h m e n t n u m b e r 2 \ n P a g e 4 o f 8 It e m # 1 3 Attachment number 2 \nPage 5 of 8 Item # 13 Attachment number 2 \nPage 6 of 8 Item # 13 Utilities SPLOST Funding Current SPLOST Funding Proposed SPLOST Reallocation Paving Various Dirt Roads $ 573,840 Davis Road $ 274,047 $ 1,125,962 St. Sebastian Way $ 595,000 $ 615,599 Hollywood SD Wetland Area $ 970,000 Wrightsboro Road Widening Phase I $ 80,000 Carrie Mays Park CNG Remediation $ 1,381 East Boundary Street & Drainage Improvements. $ 32,218 Rae's Creek $ 303,332 Morgan Road $ 441,208 Unspecified Utility Relocations $ 1,529,465 Total: $ 3,271,026 $ 3,271,026 Attachment number 2 \nPage 7 of 8 Item # 13 Attachment number 2 \nPage 8 of 8 Item # 13 Engineering Services Committee Meeting 8/31/2021 1:20 PM Motion to approve Supplementary Addition to Old Waynesboro Road Sidewalk and Landscaping & Drainage Improvements Bid 19-284 for water service connections and water main tie-ins within project limits. Department:Utilities Presenter:Wes Byne Caption:Consider Award of Supplementary Addition to Old Waynesboro Road Sidewalk and Landscaping & Drainage Improvements Bid 19-284 for the water service connections and water main tie-ins to J & B Construction in the amount of $280,355.55. Background:Augusta Engineering Department is currently constructing a project along Old Waynesboro Road to add new sidewalk and landscaping as well as improve the drainage along the route. During the course of construction, it was discovered that several sections of the existing water main was in conflict with the new storm sewer and that the water main was is degraded condition. As a result, a portion of the water main needs to be abandoned and the water services connected to a more suitable water main in the area, as well several water main tie-ins to ensure continued service for customers. AED contractor, J & B Construction, has provided a proposal for the water service connections and water main tie-ins in the amount of $280,355.55. Analysis:Augusta Utilities Department has reviewed the cost proposal submitted by J & B Construction. The proposal for construction services was deemed to be fair and reasonable by Augusta Utilities Department. Financial Impact:We have reviewed the cost proposal from J & B Construction and found it to be reasonable. Funding in the amount of $280,355.55 is available from G/L 507043410-5412110 J/L 82100090-5412110. Alternatives:No alternatives are recommended. Cover Memo Item # 14 Recommendation:Augusta Utilities Department recommends the Commission approve the Construction Services to J & B Construction. in the amount of $280,355.55 for Supplementary Addition to Old Waynesboro Road Sidewalk and Landscaping & Drainage Improvements Bid 19-284 for the water service connections and water main tie-ins. Funds are Available in the Following Accounts: Funds are available from G/L 507043410-5412110 J/L 82100090-5412110 REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Item # 14 Attachment number 1 \nPage 1 of 1 Item # 14 Attachment number 2 \nPage 1 of 1 Item # 14 Attachment number 3 \nPage 1 of 1 Item # 14 Engineering Services Committee Meeting 8/31/2021 1:20 PM Orion Compensation Request Department:Administrator's Office Presenter:Administrator Donald and Director Stayer Caption:Discussion on sanitation vendor ORION Waste Solutions request for compensation/reimbursement of additional fees. Background:On August 4, 2021 ORION Waste Solutions submitted a request (attached) concerning 1) COVID-19 reimbursement, 2) A 2-year contract extension, 3) Reduction of the Annual Performance Bond. Staff have reviewed the requests and are prepared to present a recommendation regarding each request. Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Cover Memo Item # 15 Cover Memo Item # 15 12600 Automobile Blvd. Clearwater, FL 33762 WWW.ORIONWASTE.COM August 4th, 2021 City of Augusta / Richmond County Environmental Services Department 4330 Deans Bridge Rd. Blythe, GA. 30805 Attn: Brooks Stayer RE: Request for COVID-19 Service Cost Renumeration, Remaining 2-year Contract Extension and Performance Bond Adjustment – ORION / Metropolitan Dear Mr. Stayer, Thank you for your time, to meet and discuss a number of critical issues for ORION and our subcontractor Metropolitan Waste (Metro), on Tuesday, July 27th, 2021. As follow-up to our meeting, below is a formal request of the items that we discussed. 1) In March 2020, we experienced an unprecedented global pandemic which has changed the world as we know it. With businesses shut down and lockdowns in place people were confined to their homes for extended periods of time. As such, Augusta / Richmond County (ARC) residents began clean-up projects, ordering large amounts of products online, remodeling and simply eating all their meals at home because no one was allowed to go to an office or school. All of this additional trash ended up at the curb where ORION / Metro tapped into every resource, and expended additional costs, as necessary to make sure Zones 2 and 3 were consistently serviced and clean. This included extra man hours to complete additional trips to the landfill because of the additional volume, taking the time to reload carts where trash was placed beside the cart and handling many extra bulk items at the curb. At the request of ARC staff ORION complied the information below to analyze the COVID-19 period to better understand the impact of the pandemic on our services. The information is for both ORION and Metro’s services. April 1st, 2020, to April 30th, 2021: (a 13-month period) • 766 additional trips to the Landfill • 5,234 additional residential Landfill Tons • 3,119 additional Total Driver Hours Worked The same 13-month period was compared using 2019 and 2018 data as a baseline since both years were comparable. See chart #1, #2, and #3 below. Attachment number 1 \nPage 1 of 3 Item # 15 12600 Automobile Blvd. Clearwater, FL 33762 WWW.ORIONWASTE.COM Note: The additional hours worked by Metro are not calculated below due to their concerns over the release of private information. Based upon the additional Trips to Landfill, Total Landfill Tons and Total Hours Worked the estimated additional costs incurred by Orion for the 13-month period is $229,150. We did not calculate the additional months of May to July 2021 for this Data is still being retrieved. As discussed, a potential method to renumerate ORION / Metro for these COVID-19 costs is to defer the monthly Compressed Natural Gas (CNG) Fueling Station construction credit for the applicable period of time. The current CNG credits of $55,000 per month expire at the end of 2021, so with only 5 payments remaining (August to December) a decision on this would have to made very quickly 2)As discussed, ORION / Metropolitan make this formal request for the approval of the 2-year contract extension that has not been awarded under our current Solid Waste and Recycling collections agreement with ARC. This request is based on large capital investments both companies have planned for the near future to ensure that the high-quality collection services (refuse, recycling and yardwaste in Zones 2 and 3) that you have come to expect will continue for many years to come. Executing this remaining 2-year contract extension would enable ORION / Metro to immediately deploy capital funds to replace certain trucks and equipment that are becoming less reliable as they approach the end of their useful life. Two additional contract years would help with financing arrangements for this equipment. Additional consideration to support this request are noted below: •Current supply chain limitations have caused shortages of critical/non-critical truck parts •Limited availability of qualified technicians to repair and replace truck parts •Newer trucks require less maintenance verse older fleets Attachment number 1 \nPage 2 of 3 Item # 15 12600 Automobile Blvd. Clearwater, FL 33762 WWW.ORIONWASTE.COM It should also be noted that the ARC has the right to extend one or all of the collection zones at this time. Thereby providing flexibility if the staff would like more time to assess the performance of the contractor for Zone 1. 3)As discussed, we request that ARC reduce the amount of ORION’s Annual Performance Bond to a fixed rate amount of $1,000,000.00 vs. the current amount which equals 12 months of revenue or approximately $6,000,000.00. Performance Bonds for Solid Waste collection contracts are typically much lower (i.e., equal to 2 to 3 months of revenue) than the construction-based bond, that we are currently operating under, as they are rarely called upon. To illustrate this, we have included examples of Counties that have between 80,000 to 300,000(+) homes (225k to 1.4mm in population) •Charlotte County – fixed bond at $7mm on $23mm annual revenue •Palm Beach County – fixed bond is $3mm per zone on $12mm annual revenue •Hillsborough County – fixed bond is $3mm per zone on $18mm annual revenue •Orange County – fixed bond is $1.5mm per zone on $6mm annual revenue per zone Based upon these examples it is requested that the Performance Bond amount be adjusted to be more in line with Solid Waste collection contracts. We always appreciate working ARC leadership and staff, especially during the unprecedented times we all face during the COVID-19 pandemic and take great pride in providing world-class customer service to the residents of Augusta Richmond County. Please let me know what we can do to help further the progress of these topics and advise on the next steps. Sincerely, Brad Avery Mr. James Brown VP - Business Development Owner Orion Waste Solutions Metropolitan Waste Attachment number 1 \nPage 3 of 3 Item # 15 Engineering Services Committee Meeting 8/31/2021 1:20 PM Pavement Management-Road Rating Technology Review Department:Engineering Presenter: Caption:Receive as information. Road Condition Rating Technology Review and Augusta Paving Management Program update. Requested by Commissioner John Clarke and AED. Background:On July 1, 2021, Augusta Commission differed to the Augusta Engineering Committee meeting: Discuss the “Roadbotics” Technology used to determine which roads and streets need to be paved first (Requested by Commissioner John Clarke). “RoadBiotics” is a road condition survey application using Artificial Intelligence algorithms. Several similar programs are available in the market. Survey data is used to determine suitable maintenance and rehabilitation strategies. Analysis:Augusta Engineering (AED) is actively seeking data-driven decision-making processes for implementing a proactive Pavement Management Program (PMP). Since 2019, AED reviewed various pavement management technologies and discussed implementation options with subject matter experts (SME). AED Current PMP is budget driven. Total miles of road paved per year are subject to budget availability. AED maintains road paving list and set paving priority based on road conditions, safety and use. List consists of roads identified by AED, neighborhood representatives, Augusta Commissioners, and areas designated by other elected officials. AED is in the process of transitioning to PMP utilizing outsourced pavement data collection processes for pavement condition index that can be used by prioritizing road resurfacing and pavement preservation to enhance recently paved or constructed roads good life. Financial Impact:N/A Alternatives:N/A Cover Memo Item # 16 Recommendation:Receive as information. Road Condition Rating Technology Review and Augusta Paving Management Program update. Requested by Commissioner John Clarke and AED. Funds are Available in the Following Accounts: N/A REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Cover Memo Item # 16 Engineering Services Committee Meeting 8/31/2021 1:20 PM Residential Lots - Home Construction and Associated Drainage Review Update Department:Engineering Presenter: Caption:Receive update regarding Residential Development and Individual Lot Onsite Drainage Management. Requested by AED. Background:Drainage to a defined conveyance system is an ongoing issue on numerous residential lots and also in newly constructed residential subdivisions. Grading of individual lots during home construction created onsite poor drainage conditions resulting in onsite ponding during rain events of lot draining poorly. Homeowners are contacting elected officials seeking relief and assistance to address the issue. In addition, this post construction drainage matter is consuming Augusta Engineering significant resources. Analysis:Growth of Fort Gordon and expansion of Plant Vogtle created opportunities for commercial and residential growth in the Augusta Area. However, Augusta Development guidance has not kept up with current growth pace. Major revisions were done in late 1990s and it is time to revisit and update these guidance and codes. In Addition, Augusta Georgia adopted International Building Codes (IBC) for residential and commercial vertical construction, however, there are no requirements for lot grading and drainage. AED review summary is attached as EXHIBIT A. Financial Impact:N/A Alternatives:N/A Recommendation:Receive update regarding Residential Development and Individual Lot Onsite Drainage Management. Requested by AED Cover Memo Item # 17 Funds are Available in the Following Accounts: N/A REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Cover Memo Item # 17 EXHIBIT A AUGUSTA DEVELOPMENT AND BUILDING CONSTRUCTION CODES AUGUSTA ENGINEERING DEPARTMENT REVIEW SUMMARY Growth of Fort Garden and expansion of Plan Vogtle created opportunity for commercial and residential growth in Augusta Area. However, Augusta Development guidance has not kept up with current growth pace. Major revision was done in late 1990s and it is time to revisit and update these guidance and codes: Key Issues: i) Development internal and external connectivity ii) Traffic Congestion and Traffic Operation Safety iii) Drainage Conveyance and flow to a defined system iv) Too many stormwater ponds v) Dis-connectivity between Site Development phase and Building Phase Present Guidance and Codes: Present process is passive and all above listed issues are addressed at site development approval stage; however, it is too late to achieve required resolution since site planning, development funding and cost & return already has been established. Most of above listed issues can be avoided or minimize by adopting upfront approach of requiring certain actions at Re-zoning Stage which is very first step and generally occurs prior to establishment of development funding and refining cost & return. Key Updates to Consider/ Upfront Approach: Following shall be submitted prior to approving Re-zoning. i) Master Plan of Proposed Development – Whether commercial or residential, the total final layout of the project, including all of the phasing is shown. ii) Comprehensive Traffic Operation and Flow Management – look at existing conditions, access points, street distribution system, addition of turn lanes, stop signs, signal, impact on surroundings traffic flow iii) Stormwater Management Plan of Proposed Development- total final layout of storm sewer system and limit to one centralized detention pond, site overall grading plan (show cut & fill areas), individual lots drainage connectivity to defined drainage features; impact on surroundings and downstream conditions. iv) Drainage Conveyance of Residential Structure Construction - Building Construction Drainage conveyance to a defined system and lot runoff flow away from building structure foundation (Consider adoption of Drainage Appendix of International Building Code (IBC)) Attachment number 1 \nPage 1 of 1 Item # 17 Engineering Services Committee Meeting 8/31/2021 1:20 PM Speed Hump Policy and Funding Update Department:Engineering Presenter: Caption:Receive update regarding Speed Hump Funding and Approve Revised Speed Hump Policy. Requested by AED. Background:Augusta Commission Engineering Services Committee on 7/27/2018 discussed Speed Hump construction funding mechanism and tasked City Administrator and Augusta Engineering Department (AED) to present recommendation to Augusta Commission at next meeting. This item was also approved by the Augusta Commission on August 3, 2021 meeting. Accordingly, AED reviewed current policy and explored alternate funding sources. Speed Hump is a traffic calming structure and element of Traffic Operation and Safety. Hence Traffic Operation and Safety funds is possible alternate funding mechanism. Analysis:AED reviewed funding for speed humps under Traffic Operation and Safety since it is Traffic Calming tool. Accordingly, AED revised Speed Hump Policy with addition of Funding Section. AED is proposing utilizing Traffic Operation SPLOST funds and allocation of funds in Traffic Engineering annual operation budget under Traffic Operation & Safety for this purpose. It will be 50/50; 50% Construction Cost paid by SPLOST funds and 50% by General Funds. AED is also proposing up to four (4) speed hump per commission district per year and total annual cost of $140,000 cap. Financial Impact:$140,000 per year Alternatives:N/A Recommendation:Receive update regarding Speed Hump Funding and Approve Revised Speed Hump Policy. Requested by AED Cover Memo Item # 18 Funds are Available in the Following Accounts: ($70,0000/year) AED SPLOST (phase 8) ($70,000/yearly) 101- 041710 – Traffic Operations Budget REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Item # 18 ENGINEERING DEPARTMENT Hameed Malik, PE, Ph. D., Director John Ussery, PE, Assistant Director of Traffic Augusta Engineering Department 452 Walker St, Ste 110 – Augusta, GA 30901 (706) 796-5040 – Fax (706) 796-5045 WWW.AUGUSTAGA.GOV The purpose of this document is to outline the steps in Augusta’s Speed Hump Policy. After the Augusta Engineering Department receives a request for speed humps, we go through the following four (4) phase process: Phase One (1) • The Traffic Engineering Division of the Augusta Engineering Department determines if the street is eligible for speed humps. • The street must be classified as a local or residential street, have a posted speed limit of 25mph, be less than 40 feet wide, and be a minimum 1000 feet long. Phase Two (2) • The Traffic Engineering Division will conduct a speed study on the requested street. • If the speed study shows the 85 percent speed is 35mph or higher and the daily volume is less than 4,000, then we move to phase three (3). Phase Three (3) • The Traffic Engineering Division will layout the proposed speed hump locations per the Federal and State guidelines. • A community meeting will be held to inform the neighborhood of the process and answer any questions. • Petition forms will be given to a community representative and 75% of property owners adjacent to the street will need to sign the petition to move to phase four (4). Phase Four (4) • Traffic Engineering will submit an agenda item and the Augusta Commission will need to approve the installation of the speed humps. • The Augusta Engineering Department installs the speed humps. Funding • Program will be funded through Traffic Safety and Operation SPLOST and General Fund allocations in TE Annual Budget. • AED may consider funding up to 4 speed humps (or other similar traffic calming devices) at a cost of $14,000 per year per Commission District for a total of $140,000 annually. Attachment number 1 \nPage 1 of 1 Item # 18 Engineering Services Committee Meeting 8/31/2021 1:20 PM The Highland Easement Abandonment and Deed of Dedication and Maintenance Agreement Department:Utilities Presenter:Wes Byne Caption:Consider approving the Easement Abandonment and Deed of Dedication for New Easements and the Maintenance Agreement for The Highland. Background:The Highland is an apartment complex off of Alexander Drive. The final plat was approved in April 2021. It was constructed in an area where Augusta owned existing infrastructure and easements. In order to build the complex, some of these had to be relocated, by the developer. Analysis:The existing easements for the water lines and sanitary sewer lines, which were relocated, need to be abandoned. The new relocated lines need to be dedicated, along with their easements. Financial Impact:N/A Alternatives:Do not approve the Easement Abandonment and Deed of Dedication for New Easements and the Maintenance Agreement, for The Highland. Recommendation:Approve the Easement Abandonment and Deed of Dedication for New Easements and the Maintenance Agreement, for The Highland. Funds are Available in the Following Accounts: N/A REVIEWED AND APPROVED BY: Cover Memo Item # 19 Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Item # 19 Attachment number 1 \nPage 1 of 4 Item # 19 Attachment number 1 \nPage 2 of 4 Item # 19 Attachment number 1 \nPage 3 of 4 Item # 19 Attachment number 1 \nPage 4 of 4 Item # 19 Attachment number 2 \nPage 1 of 3 Item # 19 Attachment number 2 \nPage 2 of 3 Item # 19 Attachment number 2 \nPage 3 of 3 Item # 19 At t a c h m e n t n u m b e r 3 \ n P a g e 1 o f 1 It e m # 1 9 Engineering Services Committee Meeting 8/31/2021 1:20 PM Tree Ordinance Review Update Department:Engineering Presenter: Caption:Receive update regarding Augusta, GA Tree Ordinance. Also Authorize Recommended Actions. Requested by AED. Background:On April 2, 2019, Augusta Commission discussed Trees Management in Public Right-of-Way (ROW), primarily Broad Street Corridor and Downtown Business District. During this discussion, Augusta Engineering (AED) cited Tree Ordinance as a limiting factor to AED’s ability to effectively manage Trees in ROW. At this meeting, the Commission tasked the Staff with revisiting the Tree Ordinance, evaluating it and determining where changes can be made. Analysis:AED evaluated the current Tree Ordinance and observed that the current Tree Ordinance is creating conflict with Augusta Right- of-Way Usage Guidance and permitting requirements. Also, it has the potential to create limitation to Downtown roadway improvements Transportation Investment Act (TIA) funded projects to improve aesthetic of ROW in addition to infrastructure improvements. In addition, AED operation and services include ROW trees management. Hence AED is recommending assigning ROW tree management Administration to AED. AED’s key recommended changes are attached as EXHIBIT A. In addition, AED is recommending that Augusta Commission tasks Augusta Law Department to further review AED recommended changes to current Tree Ordinance, make the ordinance’s needed changes, for effective management of Public ROW, and bring back revised Ordinance for Augusta Commission discussion and approval. Financial Impact:N/A Alternatives:N/A Cover Memo Item # 20 Recommendation:Receive update regarding Augusta, GA Tree Ordinance. Also Authorize Recommended Actions. Requested by AED Funds are Available in the Following Accounts: N/A REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Cover Memo Item # 20 TREE ORDINANCE Chapter 8-4-4 ADMINISTRATION. (a) The Augusta Planning & Development Department shall have the responsibility for administering all provisions of this Ordinance that relate to the development of private lands. The Augusta Tree Commission shall have the responsibility of administering all provisions that relate to the development of public lands except public road right of way trees. Augusta Engineering Department shall have the responsibility of administering public road right of way trees (b) Fees. Reasonable fees sufficient to cover the costs of administration, plan review, inspection, appraisal, and publication of notice, as applicable, shall be charged to applicants as established by this Article. The amount of such fees shall be fixed by the Augusta Commission. (c) Enforcement Officer. The City Arborist, with the Code Enforcement Officer as his designee, is the designee who shall be given the authority to enforce the Ordinance against the City’s citizens in the event of compliance failure. This designee shall also have enforcement responsibility and control over all regulated, unsafe and diseased trees located on public and private property. Augusta Engineering Department will enforce tree management ordinance for Public Road right of way. Chapter 8-4-5. PUBLIC TREE PROTECTION. (a) Any request for the severing from the stump and removal of a tree on a public right-of-way shall be directed to the Augusta Tree Commission Augusta Engineering Department for approval. In the event approval is given, Augusta, GA shall notify the local neighborhood association, if any, and shall post on such tree for a period of fourteen (14) days a notice of their intent to remove said tree. Decisions of the Tree Commission Augusta Engineering Department shall be final, and there shall be no appeal to the Augusta Commission. (b) Trees deemed a danger to the public or the adjoining property by the Tree Commission or the appropriate City Department Augusta Engineering Department shall be exempt from the restrictions of this section and can be removed for the safety of the public and/or adjacent properties. (c) Nothing herein shall be construed as prohibiting the cutting and/or removal of a tree or trees incidental to a road improvement project, a drainage project, or a water and sewerage project of Augusta, Georgia or the Georgia Department of Transportation. (d) All other projects causing disturbance within rights-of-way which may cause extensive damage to trees therein shall likewise be reviewed by the Augusta Tree Commission Augusta Engineering Department for recommendations. (e) No person or organization, outside of City authorized personnel, or City contract personnel, shall do any of the following acts to any public tree without first obtaining the proper permission from the Augusta Tree Commission with exception of trees in public right of way. Such request in public right of way shall be submitted to Augusta Engineering Department for review and approval. (1) Cut, prune, break, damage, remove, kill or cause to be killed. (2) Cut, disturb, or interfere, in any way, with the soil or any root within the dripline. (3) Place, spray, or apply any chemical that is known to be toxic to trees in a location that may be absorbed by any part of the tree. (4) Fasten any rope, wire, sign or other device whether invasive to the tree or not. (5) Remove or damage any guard devices placed to protect any tree. Attachment number 1 \nPage 1 of 2 Item # 20 (6) Conduct razing, removal, demolition, expansion, or renovation of any structure if deemed by Augusta, GA to be damaging to neighboring public trees. (7) Maintain a stationary fire or device which vaporizes noxious fumes deleterious to tree health. (8) Pave with concrete, asphalt, or other impervious material within the dripline of any public tree unless approved construction techniques are followed as prescribed. (Ord. 5933, June 17, 1997) Attachment number 1 \nPage 2 of 2 Item # 20 Attachment number 2 \nPage 1 of 1 Item # 20 Attachment number 3 \nPage 1 of 40 Item # 20 Attachment number 3 \nPage 2 of 40 Item # 20 Attachment number 3 \nPage 3 of 40 Item # 20 Attachment number 3 \nPage 4 of 40 Item # 20 Attachment number 3 \nPage 5 of 40 Item # 20 Attachment number 3 \nPage 6 of 40 Item # 20 Attachment number 3 \nPage 7 of 40 Item # 20 Attachment number 3 \nPage 8 of 40 Item # 20 Attachment number 3 \nPage 9 of 40 Item # 20 Attachment number 3 \nPage 10 of 40 Item # 20 Attachment number 3 \nPage 11 of 40 Item # 20 Attachment number 3 \nPage 12 of 40 Item # 20 Attachment number 3 \nPage 13 of 40 Item # 20 Attachment number 3 \nPage 14 of 40 Item # 20 Attachment number 3 \nPage 15 of 40 Item # 20 Attachment number 3 \nPage 16 of 40 Item # 20 Attachment number 3 \nPage 17 of 40 Item # 20 Attachment number 3 \nPage 18 of 40 Item # 20 Attachment number 3 \nPage 19 of 40 Item # 20 Attachment number 3 \nPage 20 of 40 Item # 20 Attachment number 3 \nPage 21 of 40 Item # 20 Attachment number 3 \nPage 22 of 40 Item # 20 Attachment number 3 \nPage 23 of 40 Item # 20 Attachment number 3 \nPage 24 of 40 Item # 20 Attachment number 3 \nPage 25 of 40 Item # 20 Attachment number 3 \nPage 26 of 40 Item # 20 Attachment number 3 \nPage 27 of 40 Item # 20 Attachment number 3 \nPage 28 of 40 Item # 20 Attachment number 3 \nPage 29 of 40 Item # 20 Attachment number 3 \nPage 30 of 40 Item # 20 Attachment number 3 \nPage 31 of 40 Item # 20 Attachment number 3 \nPage 32 of 40 Item # 20 Attachment number 3 \nPage 33 of 40 Item # 20 Attachment number 3 \nPage 34 of 40 Item # 20 Attachment number 3 \nPage 35 of 40 Item # 20 Attachment number 3 \nPage 36 of 40 Item # 20 Attachment number 3 \nPage 37 of 40 Item # 20 Attachment number 3 \nPage 38 of 40 Item # 20 Attachment number 3 \nPage 39 of 40 Item # 20 Attachment number 3 \nPage 40 of 40 Item # 20 Engineering Services Committee Meeting 8/31/2021 1:20 PM Updated Memorandum of Understanding – Phinizy Center for Water Sciences Department:Utilities Presenter:Wes Byne Caption:Motion to approve a Memorandum of Understanding (MOU) with the Phinizy Center for Water Sciences to provide staff to support surface water quality monitoring and other scientific services required by State and Federal Permits and other activities as identified in the amount of $120,000. Background:This is an annual extension of the MOU between Augusta Utilities and Phinizy Center, which has historically been focused on assistance with water quality monitoring and data analysis. This MOU includes technical staff designated to support an enhanced river and stream monitoring program, as well as provide additional technical services related to data processing. Analysis:AUD has identified an enhanced water quality monitoring effort as critical to the changing environmental regulations along the Savannah River, including the BOD TMDL, the New Savannah Bluff Lock and Dam litigation, and future nutrient limitations placed on the system. As such, we have coordinated with Phinizy Center to begin systematically building a program to provide some of the specialized technical services. The services will be in effect until the funding is exhausted, but not for a period of greater than 24 months. Financial Impact:Funding in the amount of $120,000.00 is available from accounts: G/L 506043110-5213119 Alternatives:No alternatives are currently recommended. Recommendation:AUD recommends that this MOU be approved. Funds are Available in the Funding are available in the following accounts: G/L 506043110-5213119 Cover Memo Item # 21 Following Accounts: REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Item # 21 1 | 4 P a g e A U D / P h i n i z y M o n i t o r i n g S u p p l e m e n t a l S t a f f M O U 8 J u l y 2 0 2 1 / V 1 MEMORANDUM OF UNDERSTANDING between Augusta, Georgia and Phinizy Center for Water Sciences This Memorandum of Understanding (hereinafter “Memorandum”) made this _____ day of ___________________, 2021, by and between AUGUSTA, GEORGIA, as a political subdivision of the State of Georgia (hereinafter referred to as “Augusta, Georgia” or “Augusta”), as Party of the First Part, and Phinizy Center for Water Sciences ___ (hereinafter referred to as “Phinizy Center”) as Party of the Second Part. WHEREAS, the Phinizy Center is a professional/Nonprofit partnering entity assisting Augusta Utilities Department (AUD) with the continuation of a comprehensive long-term water monitoring program; NOW, THEREFORE, as a desire of Augusta and Phinizy Center to coordinate the development and implementation of this program, the parties hereby agree as follows: UNDERSTANDING: Augusta, Georgia and Phinizy Center do hereby agree to the following: 1. The Phinizy Center will provide services related to design and study of Best Management Practices (BMPs) for water quality monitoring and data assessment. These activities will primarily be conducted through the work of professionals, and these professionals will be approved by Augusta Utilities Department prior to execution of MOU. Activities may include, but not be limited to: a. Review of site(s) for water monitoring b. Recommendations of preferential monitoring techniques determined by location c. Troubleshooting data reporting and / or equipment failure d. Coordination with technical support staff in the operation of equipment e. Maintenance of equipment including site visits f. Water sampling following standard methods or other agreed upon protocols g. Statistical analysis of data time-series h. Periodic attendance at professional workshops to discuss the data. Attachment number 1 \nPage 1 of 4 Item # 21 2 | 3 P a g e A U D / P h i n i z y M o n i t o r i n g S u p p l e m e n t a l S t a f f M O U 8 J u l y 2 0 2 1 / V 1 2. The Phinizy Center will provide Augusta with a quarterly update for each project task, using format approved by Augusta Utilities Department, for all personnel involved in this project as well as a brief summary of activities conducted. An annual report detailing data collected, and analyzed, along with key findings, shall be presented no later than March 1 of the following year. 3. Monthly invoices for hours expended, as well as any expenses or equipment required in the execution of this MOU shall be submitted as well as a brief description of the intended use as well as an itemized invoice for the item or service. These shall be submitted by the 25th of each month for processing by AUD. 3. Augusta shall contribute funds not to exceed the designated amount of $120,000 for this MOU phase. 4. Upon completion of the activities funded by Augusta, material produced under this MOU will become property of Augusta. However, with written permission from Augusta Utilities Department, the Phinizy Center has rights to use this material for their activities and scientific research purposes but must include Augusta personnel as designated collaborators and the following as proper identification of funding for the project: “The preparation of this report, map, document, project, etc., was financed in part through a cooperative agreement with Augusta, Georgia / Augusta Utilities Department.” Together with the month and year, the document was prepared and credit being given to the scientists and personnel involved in the project. DELIVERABLES: The Phinizy Center agrees to provide to Augusta Utilities Department any requested documentation required under this MOU. TIME: This MOU will remain in effect until the funding is exhausted, but not for a period of greater than 24 months unless otherwise amended. TERMINATION: Both parties may terminate this MOU at any time by giving of forty-five (45) days written notice of such termination. Upon receipt of such notice of termination, Phinizy Center shall Attachment number 1 \nPage 2 of 4 Item # 21 3 | 3 P a g e A U D / P h i n i z y M o n i t o r i n g S u p p l e m e n t a l S t a f f M O U 8 J u l y 2 0 2 1 / V 1 discontinue all work under this MOU. Data gathered and material produced will become property of Augusta. MISCELLANEOUS: 1. This Memorandum of Understanding shall be controlled by and construed in accordance with the laws of the State of Georgia. 2. Any notice given under this Memorandum shall be deemed given when provided in writing to the following persons: TO AUGUSTA, GA: AUGUSTA UTILITIES DEPARTMENT ATTN: DIRECTOR OF UTILITIES 452 WALKER STREET, SUITE 110, AUGUSTA, GEORGIA 30901 TO: Phinizy Center: ATTENTION: ______________________________ Address This Memorandum of Understanding is the entire agreement between the parties, and may not be amended, except by a writing executed by both parties. APPROVED: Phinizy Center AUGUSTA, GEORGIA By: _____________________________ By: ____________________________ Date: ___________________________ Date: __________________________ ATTEST: ATTEST: __________________________ Attachment number 1 \nPage 3 of 4 Item # 21 4 | 3 P a g e A U D / P h i n i z y M o n i t o r i n g S u p p l e m e n t a l S t a f f M O U 8 J u l y 2 0 2 1 / V 1 Date:______________________________ Date:______________________________ Attachment number 1 \nPage 4 of 4 Item # 21 Engineering Services Committee Meeting 8/31/2021 1:20 PM Walton Way over Hawks Gully-Bridge Repair and Restoration Design and Engineering Services TIA Project RC07-001214/PI#0011416 RFQ Item#19-243 Department:Engineering Presenter: Caption:Approve Supplement funding (SA1) for Final Engineering Phase of Design Consultant Contract to Atlas (former Moreland Altobelli) in the amount of $32,358.00 for Walton Way over Hawks Gully (Augusta Canal) Bridge (Repair and Restoration) as requested by AED. RFQ 19-243. Background:The Walton Way over Hawks Gully (Augusta Canal) Bridge (Repair and Restoration) is a project from the "Approved Investment List" of TIA that was approved by the voters of the CSRA in July 31, 2012 referendum. The Walton Way Bridge is a Band 3 project. Augusta Commission approved existing condition assessment funding on December 3, 2019. Existing condition assessment is completed and accordingly Atlas has prepared bridge repair/restoration scope and fee to commence engineering design phase. Analysis:Project is under design. AED adopted a phased design approach and on December 3, 2019 Augusta Commission approved funding for bridge condition assessment and concept phase initial tasks. Bridge structure condition assessment and concept tasks are complete and now there is need of completing final design & construction plans. Supplemental Funds are needed to complete these selected tasks. Financial Impact:Funds are available in Project TIA funds. Alternatives:No Alternative proposed. Recommendation:Approve Supplement funding (SA1) for Final Engineering Phase of Design Consultant Contract to Atlas (former Moreland Altobelli) in the amount of $32,358.00 for Walton Way over Cover Memo Item # 22 Hawks Gully (Augusta Canal) Bridge (Repair and Restoration) as requested by AED. RFQ 19-243. Funds are Available in the Following Accounts: ($32,358.00) 371-041110 – 52.12115 / T20041214-52.12115 TIA Funds REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Item # 22 Augusta-Richmond County, Georgia BE IT ORDAINED by the Commission-Council of Augusta-Richmond County, Georgia that the following Capital Project Budget is hereby amended: Section 1: The project is authorized to CPB#371-041110 to approve supplemental funding for Final Engineering Phase of Design Consultant to Atlas (formerly Moreland Altobelli) Section 2: The following revenues are anticipated to be available to the Consolidated Government to complete the project. TIA Design 46,113$ TIA Funds Supplement 32,358$ 78,471$ Section 3: Copies of this Capital Project Budget shall be made available to the Comptroller for direction in carrying out this project. Adopted this ____________________ day of ______________________. Approved _________________________________________________ Honorable Hardie Davis, Mayor CAPITAL PROJECT BUDGET CPB#371-041110 Walton Way over Hawks Gully (Bridge Repair & Restoration) (RFP #19-243) in the amount of $32,358.00 for the Walton Way over Hawks Gully project. Funding is available in the TIA project budget: 8/2/2021 Attachment number 1 \nPage 1 of 2 Item # 22 Augusta-Richmond County, Georgia CAPITAL PROJECT BUDGET CPB#371-041110 Walton Way over Hawks Gully (Bridge Repair & Restoration) (RFP #19-243) CPB AMOUNT CPB New SOURCE OF FUNDS CPB ADDITION CPB TIA Project 371-041110/5212115 ($46,113) ($32,358) ($78,471) T20041214-5212115 TOTAL SOURCES: ($46,113) ($32,358) ($78,471) USE OF FUNDS ENGINEERING 371-041110-5212115 $46,113 $32,358 $78,471 T20041214-5212115 TOTAL USES: $46,113 $32,358 $78,471 8/2/2021 Attachment number 1 \nPage 2 of 2 Item # 22 13215 Bee Cave Parkway I Building A, Suite 260 I Austin, TX 78738 866.858.4499 I oneatlas.com FEE PROPOSAL July 9, 2021 Dr. Hameed Malik, Ph D., P.E. Augusta-Richmond County Engineering Department 452 Walker Street, Suite 110 Augusta, Georgia 30901 Re: Task Order # 2: 0011416 Walton Way at Hawks Gulley We are pleased to provide you with a fee proposal for design services required for the remaining phases of the above subject project. Outlined below is our understanding of the remaining scope of services and a breakdown of the cost. The environmental screening, surveying and concept development have been completed. The remaining tasks for this project include the preparation of Preliminary Field Plan Review plans and associated documents, utility coordination, Preliminary Field Plan Review with GDOT, RW Plan preparation, Final Field Plan Review with GDOT, Final Plan preparation and submission, including cost estimate updates at all milestones and Special Provisions. Engineering Activity Costs Engineering and Plan Preparation $26,858.00 Environmental – Stream Buffer Variance $5,000.00 Direct Costs (Travel/Mileage and printing) $500.00 Total Costs $32,358.00 Inspection Option: If the City of Augusta would like Atlas Technical Consultants (formerly ATC) to provide construction inspection and materials testing, we would be happy to provide these services. We estimate the construction time for this project to be 90 calendar days. Below are the estimated costs of providing construction inspection and testing. Construction Inspection and Testing Costs Construction Inspection $49,500.00 Concrete Testing $1,500.00 Total Costs $51,000.00 Notes: Engineering includes preparing a complete set of engineering drawings and any special provisions that may be required. This estimate does not include MS4 drainage studies and plans and assumes this will be waived by the City of Augusta. This estimate has been prepared as if this project will be County-let with coordination with GDOT required. Atlas will provide a construction estimate and tab form to be inserted into the contract by the City of Augusta. If you have any questions or need any additional information, please do not hesitate to contact me at 478-357- 4192. Sincerely, Alan Smith Project Manager cc: Todd Long, Jerry Brinson Attachment number 2 \nPage 1 of 1 Item # 22 (SA1 – For changes greater than $25,000) July 2021 ENGINEERING DEPARTMENT SUPPLEMENTAL AGREEMENT Augusta Richmond County Project Number(s): 371-041110-T20041214 GDOT Number (s): RC07-001214 PI 0011416 Supplemental Agreement Number: 1 Purchase Order Number: 20ENG854 WHEREAS, We, Atlas Technical Consultants, LLC (formerly Moreland Altobelli), Consultant, entered into a contract with Augusta-Richmond County on December 3, 2019 for engineering design services associated with the improvements to Walton Way over Hawks Gully (Bridge Repair & Restoration. Project RC07-001214, PI 0011416, and WHEREAS, certain revisions to the design requested by Augusta-Richmond County are not covered by the scope of the original contract, we desire to submit the following Supplemental Agreement to-wit: For the preparation of Preliminary Field Plan Review plans, and utility coordination It is agreed that as a result of the above described modifications the contract amount is increased by $32,358.00 from $46,112.33 to a new total of $78,470.33. Any modifications to submittal dates shall be as identified in the attached proposal. This agreement in no way modifies or changes the original contract of which it becomes a part, except as specifically stated herein. NOW, THEREFORE, We, Atlas Technical Consultants, LLC (formerly Moreland Altobelli), Consultants, hereby agree to said Supplemental Agreement consisting of the above mentioned item, and agree that this Supplemental Agreement is hereby made a part of the original contract to be performed under the specifications thereof, and that the original contract is in full force and effect, except insofar as it might be modified by this Supplemental Agreement. RECOMMEND FOR APPROVAL: CITY OF AUGUSTA-RICHMOND COUNTY Atlas Technical Consultants (formerly Moreland Altobelli) AUGUSTA, GEORGIA Hardie Davis, Mayor Approved Date: Approved: Date: [ATTACHED CORPORATE SEAL] ATTEST: ATTEST: Title: Title: Attachment number 3 \nPage 1 of 1 Item # 22 Engineering Services Committee Meeting 8/31/2021 1:20 PM Walton Way Road Improvements Project SA1 Design and Engineering Services for Road Safety and Operational Improvements (Lake Forest Dr. to Milledge Road) RFQ Item: 19-244 Department:Engineering Presenter: Caption:Approve supplemental funding (SA1) for Preliminary Engineering Initial Design Phase (PE phase1) of the Design Consultant Services Agreement to Pond & Company in the amount of $347,668.00 for the Walton Way (Lake Forrest Dr. to Milledge Rd.) Safety and Operational Improvements Project as requested by the AED. RFQ 19-244 (20ENG837) Background:Walton Way Road Improvements project is an approved SPLOST project. One of the main objective of this project is improving safety of the corridor. Concept phase of the project is complete. The purpose of the Concept Development phase is to define which specific improvements are necessary to address the safety and operational needs of the Walton Way corridor. The analysis and tasks required to identify corridor deficiencies and identity the most effective improvements include, but are not limited to: traffic and operational studies, detailed accident analyses, determination of corridor deficiencies, identification and development of improvement alternatives, stakeholder and public outreach, social and economic considerations, utility considerations, right-of-way impacts, project costs, etc. The Concept phase is used to develop preliminary and final design including right-of-way plans. On December 3, 2019, Augusta Commission awarded Walton Way design engineering services to Pond & Company. Analysis:Project is under design. On December 3, 2019, Augusta Commission approved funding for design concept phase tasks. Concept phase is substantially completed and project is ready for Preliminary and Final Design phases including right-of-way plans development. A phased approach is adopted to complete intended improvements design.Cover Memo Item # 23 Financial Impact:Project SPLOSTVII Funds. Alternatives:1). Do not approve and delay design completion. Recommendation:Approve supplemental funding (SA1) for Preliminary Engineering Initial Design Phase (PE phase1) of the Design Consultant Services Agreement to Pond & Company in the amount of $347,668.00 for the Walton Way (Lake Forrest Dr. to Milledge Rd.) Safety and Operational Improvements Project as requested by the AED. RFQ 19-244 Funds are Available in the Following Accounts: ($347,668.00) 329-041110-52.12115 / 220829712-52.12115 - SPLOST VII Funds REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Item # 23 Augusta-Richmond County, Georgia BE IT ORDAINED by the Commission-Council of Augusta-Richmond County, Georgia that the following Capital Project Budget is hereby adopted: Section 1: This project is set up and authorized to CPB#329-041110 to award the Preliminary Engineering Initial Design Phase (PE phase 1) of the Design Consultant Services Agreement to Pond & Company in the amount of $347,668.00 Section 2: The following revenues are anticipated to be available to the Consolidated Government to complete the project. SPLOST Phase VII 534,848$ 534,848$ Section 3: Copies of this Capital Project Budget shall be made available to the Comptroller for direction in carrying out this project. Adopted this ____________________ day of ______________________. Approved _________________________________________________ Original-Commission Council Office Copy-Engineering Department Copy-Finance Department Copy-Procurement Department CPB#329-041110 Honorable Hardie Davis, Jr., Mayor CAPITAL PROJECT BUDGET Walton Way for Road Safety and Operational Improvements 1 of 4 8/19/2021 Attachment number 1 \nPage 1 of 4 Item # 23 Augusta-Richmond County, Georgia CPB#329-041110 CAPITAL PROJECT BUDGET Walton Way for Road Safety and Operational Improvements CPB AMOUNT CPB NEW SOURCE OF FUNDS CPB ADDITION CPB SPLOST PHASE VII (187,180)$ (347,668.00)$ (534,848)$ 329-041110-5212115 TOTAL SOURCES:(187,180)$ (347,668.00)$ (534,848)$ USE OF FUNDS ENGINEERING 329-041110-5212115 187,180$ 347,668.00$ 534,848$ TOTAL USES:187,180$ 347,668.00$ 534,848$ 2 of 4 8/19/2021 Attachment number 1 \nPage 2 of 4 Item # 23 CPB#329-041110 3 of 4 8/19/2021 Attachment number 1 \nPage 3 of 4 Item # 23 CPB#329-041110 4 of 4 8/19/2021 Attachment number 1 \nPage 4 of 4 Item # 23 (SA02 – For changes greater than $25,000) August 2021 +ENGINEERING DEPARTMENT SUPPLEMENTAL AGREEMENT Augusta Richmond County Project Number(s): 329-041110 - 220829712 Supplemental Agreement Number: 1 Purchase Order Number: 20ENG837 WHEREAS, We, Pond & Company, entered into a contract with Augusta-Richmond County on December 3, 2019 for Preliminary Engineering Initial Design Phase (PE phase 1) of the Design Consultant Services Agreement for $347,668.00, and WHEREAS, certain revisions to the design requested by Augusta-Richmond County are not covered by the scope of the original contract, we desire to submit the following Supplemental Agreement to-wit: Additional Design and Engineering Services, for Walton Way (Lake Forrest Dr. to Milledge Rd.) Safety and Operational Improvements Project.. It is agreed that as a result of the above described modifications the contract amount is increased by $347,668.00 from $187,180.32 to a new total of $534,848.32. Any modifications to submittal dates shall be as identified in the attached proposal. This agreement in no way modifies or changes the original contract of which it becomes a part, except as specifically stated herein. NOW, THEREFORE, We, Pond & Company., Consultant, hereby agree to said Supplemental Agreement consisting of the above mentioned item, and agree that this Supplemental Agreement is hereby made a part of the original contract to be performed under the specifications thereof, and that the original contract is in full force and effect, except insofar as it might be modified by this Supplemental Agreement. RECOMMEND FOR APPROVAL: CITY OF AUGUSTA-RICHMOND COUNTY Pond & Company AUGUSTA, GEORGIA Honorable Hardie Davis, Mayor Approved Date: Approved: Date: [ATTACHED CORPORATE SEAL] ATTEST: ATTEST: Title: Title: Attachment number 2 \nPage 1 of 1 Item # 23 August 10, 2021 Dr. Hameed Malik, PE Director of Engineering 452 Walker St., Suite 110 Augusta, GA 30901 Subject: Cost Proposal for Walton Way Corridor Improvements, Task Order #2. Dear Dr. Malik: Pond & Company (Pond) is pleased to provide you with this cost proposal for providing professional design services for the Walton Way Corridor Improvements. The project consists of design of the improvements of approximately 1.8 miles of Walton Way. The following is a detailed overview of the required services specific to this proposal. SCOPE OF SERVICES This proposal is built on the Concept Phase, most recently presented publicly in Feb 2021. The scope represents the first half of design services and would culminate in a draft version of preliminary plans. Future tasks would include preliminary field plan review (PFPR) submittal, right of way plans, utility coordination, lighting design, and final field plan review (FFPR) and final plans. TEAMING ARRANGEMENT The work will be completed by the Pond team, including support from Cranston Engineering, which is performing surveying and staking. Pond effort includes: 1. Coordination, Management of Surveyor 2. Quality Control/checks of surveyor 3. Preliminary Phase Discipline Management - Coordination Meetings a. Assumed monthly coordination calls throughout draft Preliminary phase. b. In person meetings at key milestones 4. Preliminary Coordination with Utility Companies (roundabout and limited sections of road diet section, for drainage modifications only) 5. Prepare Cover Sheet, Index, General Notes 6. Prepare Typical Sections 7. Prepare Construction Layout/Stakeout Sheet 8. Prepare Roadway Plans (1”=20’ scale), Profiles, etc. 9. Prepare Signing and Marking Plans 10. Prepare Signal Modification Plans a. Up to six signals, with reuse of poles, arms and cabinets. 11. Prepare Roadway Cross-Sections Attachment number 3 \nPage 1 of 18 Item # 23 12. Prepare Preliminary Driveway Profiles a. In general, driveways are to remain unchanged along the road diet, with no R/W or easement. 13. Prepare Preliminary Drainage Design and Layout 14. Prepare Preliminary Drainage Profiles/Cross Sections 15. Prepare MS4 Analysis / Design including Feasibility analysis 16. Prepare intersection sight distance study 17. Prepare Preliminary Staging Plans 18. Prepare Prelim. Erosion, Sed. & Pollution Control Plans 19. Prepare Drainage Area Map 20. Prepare Existing Utility Plans from Utility Coordination subconsultant 21. Prepare Retaining Wall Locations and Envelopes – assumed at roundabout only Cranston Engineering effort includes: 22. Topographic survey to 10 feet behind existing curb, plus the entire roundabout area 23. Property survey (R/W only along road diet and full boundaries at the roundabout 24. R/W staking of up to 10 parcels Pond effort for tasks 1-21 totals: $221,718.00 Cranston effort for tasks 22-24 totals: $125,950.00 Total $347,668.00 ASSUMPTIONS It is assumed that the design will be conducted to meet current Augusta Engineering Department (AED) design standards, American Association of State Highway Transportation Official (AASHTO) standards, Manual of Uniform Traffic Control Devices (MUTCD) guidelines as well as the Americans with Disabilities Act (ADA) design and constructability standards. It is understood that this project is 100% locally funded and will not utilize federal funding and as a result will not require adherence to the Georgia Department of Transportation (GDOT) Plan Development Process (PDP) for federally funded projects. R/W acquisition is understood to the responsibility of the City. Design of the road diet is intended to stay within existing R/W. As a result, it is not in the City’s best interest to pay for full property survey of each of the approx. 115 parcels on the corridor. Rather, the region of the roundabout will be fully surveyed, and the road diet portion will only determine existing R/W. Including the roundabout, property impacts are estimated to be approx. 10 parcels. No environmental scope is included, as these items are not necessary: NEPA documentation, Stream Buffer Variance (SBV), United States Army Corps of Engineering (USACE) 404 permit, field studies, permitting, due diligence, cultural resources, etc. Attachment number 3 \nPage 2 of 18 Item # 23 Project scope assumes existing pavement is suitable for milling/overlay and does not require complete overhaul/full depth replacement. If full depth replacement is requested by the city, this would be handled with an additional services scope/fee. Items not specifically outlined in the proposal are excluded and would be considered additional services. SCHEDULE Pond is prepared to commence on the design phases of the project (Preliminary Design, Right of Way Plans, Final Design), as indicated in the attached cost proposal. Pond & Company will commence preliminary design immediately upon issuance of a notice to proceed from the county. The following milestones are proposed to accomplish this: Notice to Proceed from AED Sept 2021 Completion of Topographic/Property Survey Jan 2022 Preliminary Plans Submitted Jul 2022 Preliminary Field Plan Review (PFPR) Aug 2022 Right of Way Plans Complete Sep 2022 Right of Way Acquisition Oct 2022-Sep 2023 Final Plans Complete May 2023 Final Field Plan Review (FFPR) Jun 2023 Let to construction Oct 2023 PROFESSIONAL FEES A detailed breakdown of the Pond tasks, #1-21 is attached in the fee estimate worksheet. This is a lump sum, not to exceed, fee that will be invoiced in accordance with the compensation method of payment as outlined in the terms and conditions of the contract provided by AED to Pond, dated 2/6/2020. This cost includes providing the expected direct expenses associated with the above tasks including plan reproduction, subconsultant costs, as well as other mail and/or courier expenses, as required for the preconstruction design. We appreciate the opportunity to provide these services to AED. If you have any questions or need any additional material or information, please do not hesitate to contact me at 706.833.4671 or SkinnerK@pondco.com. Sincerely, POND & COMPANY Kevin Skinner, PE Principal | Branch Manager Attachments: Fee estimate hourly breakdown Attachment number 3 \nPage 3 of 18 Item # 23 PHASE PHASE AMOUNTS PHASE I: Concept Development $0 PHASE II: Database Preparation/Geotechnical $134,655 PHASE III: Environmental Services/Permitting $0 PHASE IV: 1st draft Preliminary Design (2021)$213,013 PHASE IV: Completed Preliminary Design (2022)$0 PHASE V: ROW Plans $0 PHASE VI: Final Design $0 TOTAL COST AMOUNT OF CONTRACT PROPOSAL $347,668 COST AMOUNT OF CONTRACT PROPOSAL SUMMARY BY PHASE City of Augusta Walton Way Corridor Improvements Pond & Company Page 1 of 15 Attachment number 3 \nPage 4 of 18 Item # 23 PROJECT: Walton Way Corridor Improvements PHASE I: Concept Development DIRECT COSTS PERSONNEL EST. HOURS RATE/HR. COST $ TOTALS PRINCIPAL 0 $345 $0 PROJECT MANAGER 0 $262 $0 PROJECT ENGINEER 0 $199 $0 DESIGN ENGINEER 0 $107 $0 DRAFTER/TECHNICIAN 0 $46 $0 CLERICAL 0 $75 $0 $0 TOTAL DIRECT LABOR 0 Manhours $0 DIRECT COSTS (SPECIFY): PHOTOGRAPHY & VIDEO $0 REPRODUCTION $0 SUPPLIES $0 TRAVEL $0 MAIL & DELIVERY $0 SUBCONSULTANTS (LIST): TOTAL DIRECT COSTS $0 COST AMOUNT FOR PHASE $0 City of Augusta Pond & Company 8/10/2021 Page 2 of 15 Attachment number 3 \nPage 5 of 18 Item # 23 PROJECT: Walton Way Corridor Improvements PHASE I: Concept Development Drawings Project Location Maps 0 #DIV/0! Typical Sections 0 #DIV/0! Concept Layouts on Aerials/GIS 0 #DIV/0! Non-Drawing Tasks Site Visits and Reconnaissance 0 #DIV/0! Prepare Design Data 0 #DIV/0! Coordinate with Richmond County 0 #DIV/0! Meeting(s) 0 #DIV/0! Quantities/Cost Estimates 0 #DIV/0! Project Management 0 #DIV/0! 0 #DIV/0! TOTALS 0 0 0 0 0 0 0 100.0% No. of SHTTASKS PRINC PROJ. MAN.CLR DESIGN ENG. DRFT / TECH TOTAL % OF TOTAL City of Augusta PROJ. ENG. Pond & Company 8/10/2021 Page 3 of 15 Attachment number 3 \nPage 6 of 18 Item # 23 PROJECT: Walton Way Corridor Improvements PHASE II: Database Preparation/Geotechnical DIRECT COSTS PERSONNEL EST. HOURS RATE/HR. COST $ TOTALS PRINCIPAL 0 $345 $0 PROJECT MANAGER 12 $262 $3,144 PROJECT ENGINEER 28 $199 $5,561 DESIGN ENGINEER 0 $107 $0 DRAFTER/TECHNICIAN 0 $46 $0 CLERICAL 0 $75 $0 $8,705 TOTAL DIRECT LABOR 40 Manhours $8,705 DIRECT COSTS (SPECIFY): PHOTOGRAPHY & VIDEO $0 REPRODUCTION $0 SUPPLIES $0 TRAVEL $0 MAIL & DELIVERY $0 SUBCONSULTANTS (LIST): Surveying - Topographic, property, R/W staking $125,950 Geotechnical & Pavement - exploration and design TOTAL DIRECT COSTS $125,950 COST AMOUNT FOR PHASE $134,655 City of Augusta Pond & Company 8/10/2021 Page 4 of 15 Attachment number 3 \nPage 7 of 18 Item # 23 PROJECT: Walton Way Corridor Improvements PHASE II: Database Preparation/Geotechnical Drawings Non-Drawing Tasks Coordination, Management of surveyor 4 8 12 30.0% Coordination, Management of geotechnical Quality control/checks 8 20 28 70.0% TOTALS 0 12 28 0 0 0 40 100.0% CLR DESIGN ENG. DRFT / TECH TOTAL % OF TOTAL City of Augusta PROJ. ENG. No. of SHTTASKS PRINC PROJ. MAN. Pond & Company 8/10/2021 Page 5 of 15 Attachment number 3 \nPage 8 of 18 Item # 23 PROJECT: Walton Way Corridor Improvements PHASE III: Environmental Services/Permitting DIRECT COSTS PERSONNEL EST. HOURS RATE/HR. COST $ TOTALS PRINCIPAL 0 $345 $0 PROJECT MANAGER 0 $262 $0 PROJECT ENGINEER 0 $199 $0 DESIGN ENGINEER 0 $107 $0 DRAFTER/TECHNICIAN 0 $46 $0 CLERICAL 0 $75 $0 $0 TOTAL DIRECT LABOR 0 Manhours $0 DIRECT COSTS (SPECIFY): PHOTOGRAPHY & VIDEO $0 REPRODUCTION $0 SUPPLIES $0 TRAVEL $0 MAIL & DELIVERY $0 SUBCONSULTANTS (LIST):$0 TOTAL DIRECT COSTS $0 COST AMOUNT FOR PHASE $0 City of Augusta Pond & Company 8/10/2021 Page 6 of 15 Attachment number 3 \nPage 9 of 18 Item # 23 PROJECT: Walton Way Corridor Improvements PHASE III: Environmental Services/Permitting Drawings 0 #DIV/0! 0 #DIV/0! 0 #DIV/0! 0 #DIV/0! 0 #DIV/0! 0 #DIV/0! 0 #DIV/0! 0 #DIV/0! 0 #DIV/0! 0 #DIV/0! 0 #DIV/0! 0 #DIV/0! 0 #DIV/0! 0 #DIV/0! 0 #DIV/0! 0 #DIV/0! Non-Drawing Tasks 0 0 #DIV/0! 0 #DIV/0! 0 #DIV/0! 0 #DIV/0! 0 #DIV/0! 0 #DIV/0! 0 #DIV/0! 0 #DIV/0! #DIV/0! #DIV/0! 0 #DIV/0! 0 #DIV/0! TOTALS 0 0 0 0 0 0 0 100.0% No. of SHTTASKS PRINC PROJ. MAN.CLR DESIGN ENG. DRFT / TECH TOTAL % OF TOTAL City of Augusta PROJ. ENG. Pond & Company 8/10/2021 Page 7 of 15 Attachment number 3 \nPage 10 of 18 Item # 23 PROJECT: Walton Way Corridor Improvements PHASE IV: 1st draft Preliminary Design (2021) DIRECT COSTS PERSONNEL EST. HOURS RATE/HR. COST $ TOTALS PRINCIPAL 24 $345 $8,280 PROJECT MANAGER 184 $262 $48,210 PROJECT ENGINEER 508 $199 $100,892 DESIGN ENGINEER 396 $107 $42,412 DRAFTER/TECHNICIAN 288 $46 $13,219 CLERICAL 0 $75 $0 $213,013 TOTAL DIRECT LABOR 1400 Manhours $213,013 DIRECT COSTS (SPECIFY): PHOTOGRAPHY & VIDEO $0 REPRODUCTION $0 SUPPLIES $0 TRAVEL $0 MAIL & DELIVERY $0 SUBCONSULTANTS (LIST): Utility Coordination Lighting Design TOTAL DIRECT COSTS $0 COST AMOUNT FOR PHASE $213,013 City of Augusta Pond & Company 8/10/2021 Page 8 of 15 Attachment number 3 \nPage 11 of 18 Item # 23 PROJECT: Walton Way Corridor Improvements PHASE IV: 1st draft Preliminary Design (2021) Drawings COVER, GEN. NOTES, INDEX 3 8 8 8 12 36 2.6% TYPICAL SECTIONS 2 8 8 8 24 1.7% PLAN VIEWS 16 4 16 24 24 24 92 6.6% ROADWAY PROFILES 7 8 20 12 12 52 3.7% DRIVEWAY PROFILES 10 8 12 8 28 2.0% DRAINAGE PROFILES 4 12 20 20 24 76 5.4% DRAINAGE AREA MAPS 1 4 4 0.3% CROSS SECTIONS 20 12 40 40 40 132 9.4% SIGNING AND MARKING 16 12 40 40 40 132 9.4% UTILITIES 16 8 12 12 32 2.3% WALL ENVELOPES 1 8 12 12 32 2.3% SIGNAL PLANS 21 4 8 120 120 40 292 20.9% MS4 DESIGN 0 12 40 24 76 5.4% ROUNDABOUT DESIGN 0 4 16 40 20 24 104 7.4% EROSION CONTROL 18 8 24 24 24 80 5.7% LIGHTING CAD ONLY 4 4 12 8 24 1.7% STAGING PLANS - ROUNDABOUT 4 0 0.0% ROAD DIET DESIGN 0 4 16 24 12 40 96 6.9% Non-Drawing Tasks 0.0% Site Visits and Reconnaissance 4 4 8 0.6% Drainage Calculations 12 12 0.9% Utility Coordination (by AED)0 0.0% Preliminary Field Plan Review: Prep and participate 0 0.0% PFPR Comments/Responses 0 0.0% Cost Estimates 0 0.0% Quality Control Reviews 0 0.0% Project Management 8 12 20 1.4% Monthly meetings 0 0.0% Intersection Sight Distance Checks 4 32 12 48 3.4% TOTALS 24 184 508 396 288 0 1400 100.0% No. of SHTTASKS PRINC PROJ. MAN.CLR DESIGN ENG. DRFT / TECH TOTAL % OF TOTAL City of Augusta PROJ. ENG. Pond & Company 8/10/2021 Page 9 of 15 Attachment number 3 \nPage 12 of 18 Item # 23 PROJECT: Walton Way Corridor Improvements PHASE IV: Completed Preliminary Design (2022) DIRECT COSTS PERSONNEL EST. HOURS RATE/HR. COST $ TOTALS PRINCIPAL 0 $345 $0 PROJECT MANAGER 0 $262 $0 PROJECT ENGINEER 0 $199 $0 DESIGN ENGINEER 0 $107 $0 DRAFTER/TECHNICIAN 0 $46 $0 CLERICAL 0 $75 $0 $0 TOTAL DIRECT LABOR 0 Manhours $0 DIRECT COSTS (SPECIFY): PHOTOGRAPHY & VIDEO $0 REPRODUCTION $0 SUPPLIES $0 TRAVEL $0 MAIL & DELIVERY $0 SUBCONSULTANTS (LIST): Utility Coordination Lighting Design TOTAL DIRECT COSTS $0 COST AMOUNT FOR PHASE $0 City of Augusta Pond & Company 8/10/2021 Page 10 of 15 Attachment number 3 \nPage 13 of 18 Item # 23 PROJECT: Walton Way Corridor Improvements PHASE IV: Completed Preliminary Design (2022) Drawings COVER, GEN. NOTES, INDEX 3 0 #DIV/0! TYPICAL SECTIONS 2 0 #DIV/0! PLAN VIEWS 16 0 #DIV/0! ROADWAY PROFILES 7 0 #DIV/0! DRIVEWAY PROFILES 10 0 #DIV/0! DRAINAGE PROFILES 4 0 #DIV/0! DRAINAGE AREA MAPS 1 0 #DIV/0! CROSS SECTIONS 20 0 #DIV/0! SIGNING AND MARKING 16 0 #DIV/0! UTILITIES 16 0 #DIV/0! WALL ENVELOPES 1 0 #DIV/0! SIGNAL PLANS 21 0 #DIV/0! MS4 DESIGN 0 0 #DIV/0! ROUNDABOUT DESIGN 0 0 #DIV/0! EROSION CONTROL 18 0 #DIV/0! LIGHTING CAD ONLY 4 0 #DIV/0! STAGING PLANS - ROUNDABOUT 4 0 #DIV/0! ROAD DIET DESIGN 0 0 #DIV/0! Non-Drawing Tasks #DIV/0! Site Visits and Reconnaissance 0 #DIV/0! Drainage Calculations 0 #DIV/0! Utility Coordination (by AED)0 #DIV/0! Preliminary Field Plan Review: Prep and participate 0 #DIV/0! PFPR Comments/Responses 0 #DIV/0! Cost Estimates 0 #DIV/0! Quality Control Reviews 0 #DIV/0! Project Management 0 #DIV/0! Monthly meetings 0 #DIV/0! Intersection Sight Distance Checks 0 #DIV/0! TOTALS 0 0 0 0 0 0 0 100.0% TOTAL % OF TOTAL City of Augusta TASKS No. of SHT PRINC PROJ. MAN. PROJ. ENG. DESIGN ENG. DRFT / TECH CLR Pond & Company 8/10/2021 Page 11 of 15 Attachment number 3 \nPage 14 of 18 Item # 23 PROJECT: Walton Way Corridor Improvements PHASE V: ROW Plans DIRECT COSTS PERSONNEL EST. HOURS RATE/HR. COST $ TOTALS PRINCIPAL 0 $345 $0 PROJECT MANAGER 0 $262 $0 PROJECT ENGINEER 0 $199 $0 DESIGN ENGINEER 0 $107 $0 DRAFTER/TECHNICIAN 0 $46 $0 CLERICAL 0 $75 $0 $0 TOTAL DIRECT LABOR 0 Manhours $0 DIRECT COSTS (SPECIFY): PHOTOGRAPHY & VIDEO $0 REPRODUCTION $0 SUPPLIES $0 TRAVEL $0 MAIL & DELIVERY $0 SUBCONSULTANTS (LIST): TOTAL DIRECT COSTS $0 COST AMOUNT FOR PHASE $0 City of Augusta Pond & Company 8/10/2021 Page 12 of 15 Attachment number 3 \nPage 15 of 18 Item # 23 PROJECT: Walton Way Corridor Improvements PHASE V: ROW Plans Drawings R/W Cover 1 0 #DIV/0! R/W Plan Sheets 16 0 #DIV/0! R/W Description Sheets 4 0 #DIV/0! R/W Plats 10 0 #DIV/0! Non-Drawing Tasks Project Management 0 #DIV/0! Quality Control Reviews 0 #DIV/0! 0 #DIV/0! 0 #DIV/0! 0 #DIV/0! 0 #DIV/0! 0 #DIV/0! 0 #DIV/0! TOTALS 0 0 0 0 0 0 0 100.0% CLR DESIGN ENG. DRFT / TECH TOTAL % OF TOTAL City of Augusta PROJ. ENG. No. of SHTTASKS PRINC PROJ. MAN. Pond & Company 8/10/2021 Page 13 of 15 Attachment number 3 \nPage 16 of 18 Item # 23 PROJECT: Walton Way Corridor Improvements PHASE VI: Final Design DIRECT COSTS PERSONNEL EST. HOURS RATE/HR. COST $ TOTALS PRINCIPAL 0 $345 $0 PROJECT MANAGER 0 $262 $0 PROJECT ENGINEER 0 $199 $0 DESIGN ENGINEER 0 $107 $0 DRAFTER/TECHNICIAN 0 $46 $0 CLERICAL 0 $75 $0 $0 TOTAL DIRECT LABOR 0 Manhours $0 DIRECT COSTS (SPECIFY): PHOTOGRAPHY & VIDEO $0 REPRODUCTION $0 SUPPLIES $0 TRAVEL $0 MAIL & DELIVERY $0 SUBCONSULTANTS (LIST): TOTAL DIRECT COSTS $0 COST AMOUNT FOR PHASE $0 City of Augusta Pond & Company 8/10/2021 Page 14 of 15 Attachment number 3 \nPage 17 of 18 Item # 23 PROJECT: Walton Way Corridor Improvements PHASE VI: Final Design Drawings COVER, GEN. NOTES, INDEX 3 0 #DIV/0! TYPICAL SECTIONS 2 0 #DIV/0! PLAN VIEWS 16 0 #DIV/0! ROADWAY PROFILES 7 0 #DIV/0! DRIVEWAY PROFILES 10 0 #DIV/0! DRAINAGE PROFILES 4 0 #DIV/0! DRAINAGE AREA MAPS 1 0 #DIV/0! CROSS SECTIONS 20 0 #DIV/0! SIGNING AND MARKING 16 0 #DIV/0! UTILITIES 16 0 #DIV/0! WALL ENVELOPES 1 0 #DIV/0! SIGNAL PLANS 21 0 #DIV/0! MS4 DESIGN 0 0 #DIV/0! ROUNDABOUT DESIGN 0 0 #DIV/0! EROSION CONTROL 18 0 #DIV/0! LIGHTING CAD ONLY 4 0 #DIV/0! STAGING PLANS - ROUNDABOUT 4 0 #DIV/0! ROAD DIET DESIGN 0 0 #DIV/0! QUANTITIES 4 0 #DIV/0! Non-Drawing Tasks #DIV/0! Site Visits and Reconnaissance 0 #DIV/0! Drainage Calculations 0 #DIV/0! Utility Coordination (by ISM)0 #DIV/0! FInal Field Plan Review 0 #DIV/0! FFPR Comments/Responses 0 #DIV/0! Cost Estimates 0 #DIV/0! Quality Control Review 0 #DIV/0! Project Management 0 #DIV/0! Monthly meetings 0 #DIV/0! TOTALS 0 0 0 0 0 0 0 100.0% CLR DESIGN ENG. DRFT / TECH TOTAL % OF TOTAL City of Augusta PROJ. ENG. No. of SHTTASKS PRINC PROJ. MAN. Pond & Company 8/10/2021 Page 15 of 15 Attachment number 3 \nPage 18 of 18 Item # 23 Engineering Services Committee Meeting 8/31/2021 1:20 PM Willis Forman Roadway Improvements Project Railroad Coordination and Design Review Roadway Railroad Crossing Improvements-Norfolk Southern Agreement GDOT PI #0013703 Department:Engineering Presenter: Caption:Approve entering into an agreement with Norfolk Southern Railway Company (NFS) stating that Atlanta, GA will pay for the preliminary Engineering and Review for the Willis Foreman Roadway Improvements (Deans Bridge Road to Peach Orchard Road) Project in Accordance with the estimate $36,500. Also, approve the agreement to be executed by the Augusta, GA Legal Counsel and the Mayor as requested by Augusta Engineering Department. Requested by AED. Background:This project is listed in the Transportation Improvement Program (TIP). Willis Foreman Road is a two-way rural collector with a total of two through lanes. The proposed project provides connectivity between two urban major arterials (US 1 and US 25). The purpose of this project is to improve traffic flow and public safety and minimize traffic congestion by increasing the capacity and providing improvements along Willis Foreman Road between SR4/US1 and SR121/US25. Project improvements concept includes widening to three lanes roadway section and turn lanes as needed, widening the bridge over Spirit Creek(if needed), major intersection improvements and adding curb and gutter, sidewalks and street lights. These roadway improvements include improvements within NSF right of way and tracks safety zone that warrants design coordination to ensure that improvements within NSF right of way are design per railroad requirements and safety standards. Analysis:Project is under design and in preliminary engineering phase. Augusta would be required to enter into an agreement that Augusta will pay the estimated amount of $36,500. This is a cost that is required to be paid by the Augusta, GA to complete needed engineering review by NSF.Cover Memo Item # 24 Financial Impact:Project Design MPO Federal Z230s funds and TIA Discretionary for Local 20% match ($7,300). Alternatives:1) No Alternate Proposed. Recommendation:Approve entering into an agreement with Norfolk Southern Railway Company (NFS) stating that Augusta, GA will pay for the Preliminary Engineering and Review for the Willis Foreman Roadway Improvements (Beans Bridge Road to Peach Orchard Road) Project in accordance with the estimate $36,500. Also, approve the Agreement to be executed by the Augusta, GA Legal Counsel and the Mayor as requested by Augusta Engineering Department. Requested by AED. Funds are Available in the Following Accounts: ($36,500) 340-041110-54.14110 / TP1809005-54.14110 - Project Design Federal Z230 funds ($7,300) 235-041110- 54.14110 TIA Discretionary Funds REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Item # 24 At t a c h m e n t n u m b e r 1 \ n P a g e 1 o f 2 It e m # 2 4 At t a c h m e n t n u m b e r 1 \ n P a g e 2 o f 2 It e m # 2 4